R-83-533 - 7/28/1983WHEREAS, the City has duly advertised for bids for
construction of certain improvements to the wastewater
treatment plant, and
WHEREAS, ZZ f4 Jx/ / 4 1 A. , submitted the lowest
and best bid, said bid being in the amount of $ , and
WHEREAS, the council wishes to accept the bid of
i i[ /Y�tida ,M i a. , and to enter into a contract for the
construction of said improvements, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS
That the bid of aelynitda, 4 ?, 2 . , is hereby
accepted as the lowest and best bid, and the Mayor is hereby
authorized and directed to execute on behalf of the City a
contract with
construction of improvements to the City's wastewater
treatment plant.
ATTEST:
NE
RESOLVED this /r day of July,
LAND, City Secretary
RESOLUTION NO. J
Al
•ir i`
LARR . ON , Mayor
City of Round Rock, Texas
, for the
Haynie & Kaltman Inc.
2115 North May
I CONSULTING ENGINEERS
Round Rock. Texas 78864
(512) 255 -4564, 255 -7881
BID TABULATIONS
BIDS EXTENDED AND CHECKED
-
By:
Date:
Sheet:
SW, CA
July 8, 1983
1 of 2
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103 -186 BID DATE 7 -7 -83 TIME 2:00 P.M.
LAMBDA CONSTRUCTION
CO.
San Antonio, Tx.
DELTA ELECTRIC
CONST. CO., INC.
San Antonio, Tx.
R. B. BUTLER, INC.
Bryan, Tx,
PSENCIK CONST.
CO., INC.
Temple, Tx.
LOCATION CITY OF ROUND ROCK, TEXAS
DESCRIP 1' 11 1 n, • 1 " 1 n, n. . . ,,
IMPROVEMLNIS
'ITEM
UNIT
APPROX.
QUANTITY
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
UNIT
PRICE
COST
Bld Bond Enclosed?
Yes
Yes
Yes
Yes
'um.er o a en.ar lays 'ropose.
immoimmiorlatm
-
-Nn11I11♦-
mo;=
--
'..en.um 'o. c now e.ge..
1111111
'es
es
—1111
'es
rMOMMIG
I
1
M��
u.ge Iewa ering - :ase :1.
: soli
' soli
: mil
• 111
1
. u .ge Iewa ering - :i.
111
I1
111 1
s.
�� � 11
1 1II
�-
�
ADO ALIERNAIES.
Y
IIMIEll
us'y_.Ya1
11-
imi7LIIk.
11-
EnLimAU
11-
[.lisLm
s
' ' "a er 1ne
t._.'�
maummis,
-
ma?1_III:
11-
1 mum
-
1
'..1 lona u.ge 'ump
119Fill
Emig II.
t
imm
fi';
1/
iiimiumms,
-
mom
1
.. '..1 lona 'o er ump
t
11
2
mimplimut
-
immonigas,
-
mum
•
immumma
ilignigt
-
, 11
g
mu
•
:. 'rea Irwin
`M.S
mialsm 1
Ili
-
mums
minum
-Emim
1
• 'ump creen :ox
IVA=
iiiminmst2
iiim___
11-
immims
Ea
_
nimm,
•
1, •oo over orine ora•e
Mai
11
II-
/1:
/1-
iiimitnius
1
11
•
"a a p 1 er :ox
, 11 1
11 '
I
11
: 11
II
, 11
1
ALTERNATE SLUDGE EQUIPMENT:
III
1Z. Ashbrook
No Bid
'o ;
Same
'o :1•
No Bid
`o :i.
No Bid
'o 11
13. Elmco
—
14. Parkson
L.S.
Deduct
20,001
01
Deduct
19,811
0
No Bid
No Bid
BID TABULATIONS
By:
Date:
Sheet:
SW, CA
July 8, 1983
2 of 2
OWNER CITY OF ROUND ROCK, TEXAS
BIDDERS
JOB NO. 0103 -186 BID DATE 7 -7 -83 TIME 2:00 P.M.
AUSTIN ENGINEERING
CO., INC.
Austin, Tx.
GOOLSBY BUILDING
CORP.
Temple, Tx.
LOCATION CITY OF ROUND ROCK, TEXAS
DESCRIPIIUN SLUUIiE UtWAIERINS AND WASIEWAIER PLAN(
IMPROVEMENTS
•ITEM
-
UNIT
APPROX.
QUANTITY
UNI1
PRICE
COST
UNIT
PRICE
COST
UNIi
PRICE
COST
UNIT
PRICE
COST
Bid Bond Enclosed?
Yes
Yes
Number of Calendar Days Proposed?
210
270
Addendum No. 1 Acknowledged?
Yes
Yes
1. Sludge Dewatering - Base Bid
L.S.
$ 351,001
OL
$ 360,00C
OC
u•ge Iewa ering - . :i,
. .
. II
1
I II
1
ADO ALiERNAiES:
3. Plant Roadway
L.S.
$ 2T,00C
OC
$ 38,1500
OC
4. 6" ACP Water Line
L.S.
11,001
01
10,501
OC
5. Additional Sludge Pump
L.5.
15,00L
01
16,000
OC
6. Additional Polymer Pump
L.S.
4,000
O1
4,200
01
7. Bridge
L.S.
4,100
OC
5,000
01
8. Area Grain
L.S.
2,70L
01
3,00
OC
9. Pump Screen Box
L.S.
4,500
00
6,300
00
10. Roof over Chlorine Storage
L.5..
1,500
00
1,800
00
11. Wall at Splitter Box
L.S.
3,001
00
No Bid
'
ALIhRNATE SLUDGE EQUIPMEN1:
12. Ashbrook
-
L.S.
No Bid
No Bid
13. Elmco
L.S.
-
N� Bid
No Bid
14. Parkson
L.S.
No Bid
No Bid
y2
ct
w/ � 6L,
7-.2P-43
Haynie & Kallman Inc.
CONSULTING ENGINEERS
CITY OF ROUND ROCK, TEXAS
1983 - C.I.P.
SLUDGE DEWATERING AND
WASTEWATER PLANT IMPROVEMENTS
SPECIFICATIONS AND CONTRACT DOCUMENTS
Bids will be received at the City Hall of the City of Round
Rock, 214 East Main Street, Round Rock, Texas 78664, at 2:00
p.m., Thursday, July 7, 1983.
Specification No. `
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Haynie & Kallman, Inc.
CONSULTING ENGINEERS
1 2115 North Mays • Round Rock, Texas 78664 • (512) 255 -7861, 255.4564 / 12103 Technology Blvd. • Austin, Texas 78759 • (512) 250-8611
July 1, 1983
ADDENDUM NO. 1
CITY OF ROUND ROCK
1983 - C.I.P.
S'LUbGE IIEWATERING AND
WASTEWATER PLANT IMPROVEMENTS
Addendum No. 1 to the`Plans, Specifications and Contract
Documents for_the "Sludge Dewatering and Wastewater Plant
Improvements" project for the City of Round Rock, Texas.
1. Enclosed find revised Plan sheet 9 of 14. Revisions
include the addition of electric outlets and lighting.
2. Enclosed find Special Conditions consisting of five (5)
pages to - be added to the Specifications.
3. Per Plan sheet 5 of 14, / Detail E -5, the discharge sludge
chute opening in the floor shall require angle iron at
the perimeter and additional floor support steel, size
and location to be determined.
4. Per Section 12 -02 - Pump & Motor, the run dry without
freezing up and the maximum particle size of 3 inches are
deleted. The maximum particle size is changed to 1.1
inches.
5. Each Bidder shall acknowledge receipt of this Addendum on
Page 2 of the Proposal.
ADDENDUM NO. 1 - 1/1
CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1�
SECTION 01 - INFORMATION
01 -01 ENGINEER
The word "Engineer" in these Specifications
shall be understood as referring to Haynie &
Kallman, Inc., 2115 N. Mays, Round Rock, Texas
78664. Engineer of the Owner, or the Engineer's
authorized representative, supervisor or inspec-
tor to act in any particular position for the
Qwner.
01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED
01 -03 GOVERNING CODES
All construction as provided for under these
Plans and Specifications shall be governed by
any existing Resolutions, Codes and Ordinances,
and any subsequent amendments or revisions
thereto as set forth by the Owner.
01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON
TIME
01 -05 TIME OF COMPLETION
The work shall be completed within the number of
calendar days stated in the Proposal. The time
shall begin from the date of the Agreement, or
the date of the Notice to Proceed, whichever is
latest.
01 -06 OWNER
SPECIAL CONDITIONS OF AGREEMENT
The Agreement will be prepared in not less than
five (5) counterparts (original signed) sets.
Owner will furnish Contractor three (3) sets of
conforming Contract Documents, Technical Speci-
fications and Plans free of charge, and addi-
tional sets will be obtained from Engineer at
commercial reproduction rates plus 15% for
handling
Refer to the General Conditions of Agreement,
Section 5.06, Page 17 for description.
The Owner shall be the party of parties named in
the Notice to Contractor.
SC -1
01 -07 LOCATION
The location of work shall be as mentioned in
the Notice to Contractor and as indicated on the
Plans.
SECTION 02 - SPECIAL CONSIDERATIONS
02 -01 CROSSING UTILITIES
Prior to commencing construction, it shall be
the Contractor's responsibility to make arrange-
ments with the Owners of such utility companies
to uncover their particular utility lines or
otherwise -conform their location. Certain util-
ity companies perform such services at their own
expense, however, where such is not the case,
the Contractor will cause such work to be done
at his own expense.
02 -02 "AS- BUILT" DRAWINGS
The Contractor shall mark all changes and revi-
sions on all of his copies of the working draw-
ings. Upon of the Project and prior
to final acceptance and payment, the Contractor
shall deliver th.s correctly marked set of draw-
ings to the Ef gineer.
02 -03 LANDS FOR WORK
Owner provides, as indicated on Drawings, land
upon which work is to be done, rights -of -way for
access to same and such other lands which are
designated for use of Contractor. Contractor
provides, at his expense and without liability
of Owner, any additional land and access thereto
that may be required for his construction opera-
tions, temporary construction facilities, or for
storage of materials.
02 -04 UTILITY SERVICES FOR CONSTRUCTION
The Contractor will be responsible for providing
his own utility services during construction.
No additional payment will be made for this
item.
SC -2
02 -05 GUARANTEES
Guarantee work, including equipment installed,
to be free from defects due to faulty workman-
ship or materials for a period of one year from
date of acceptance by City Council of Final
Estimate. Upon notice from Owner, repair de-
fects in all construction which develop during
specified period at no cost to Owner. Neither
final acceptance nor final payment nor any pro-
vision in Contract Documents relieves Contractor_
of above guarantee. Notice of observed defects
will be given with reasonable promptness. Fail-
ure to repair or replace defect upon notice en-
. titles Owner ti repair or replace same and reco-
ver'reasonable cost thereof from Contractor.
02 -06 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES
Whenever existing utilities, not indicated on
Plans, present obstructions to grade and align -
ment of pipe, immediately notify Engineer, who
without delay, will determine whenever existing
improvements are to be relocated, or grade and
alignment of.. pipe changed. Where necessary to
move services, poles, guy wires, pipelines, or
other obstructions, make arrangements with
Owners of utir;ttes. Owner will not be liable
for damages on account of delays due to changes
made by Owners of privately owned utilities
which hinder progress of work.
02 -07 MINIMUM WAGE SCALE
Wage rates paid for highway -heavy construction
and paving and utilities incidental to general
building construction in Zone 8 which includes
Williamson County, Texas, in accordance with the
latest revisions thereof.
02 -08 LIMIT OF FINANCIAL RESOURCES
The City of Round Rock has a limited amount of
financial resources committed to this Project;
therefore, it shall be understood by all bidders
that the Owner may be required to change and /or
delete any items which he may feel is necessary
to accomplish all or part of the scope of work
within its limit of financial resources.
SC -3
Contractor shall be entitled to no claim for
damages for anticipated profits on any portion
of work that may be omitted. At any time during
the duration of this contract, the Owner reserv-
es the right to omit any work from this con-
tract. Unit prices for all items previously
approved in this contract shall be used to
delete or add work per change order.
02 -09 CONSTRUCTION INSPECTION
The Owner provide an inspector to review
the quality of materials and workmanship.
02-10 LIMITS Q$ WORK.AND PAYMENT
It shall be the obligation of the contractor to
complete all included in this contract, so
authorized by the Owner, as shown on the draw -
ings_or described in the contract documents and
- technical specifications. All items of con-
struction not specifically paid for in the bid
schedule shall be included in the unit price
bids. Any question arising as to the limits of
.work shall be left up to the interpretation of
the Engineer.
SECTION 03 - INSURANCE ° '( 1
03 -01 Insurance policies must be obtained by the Con-
tractor or separate endorsement obtained to his
existing insurance policies on projects that
involve special hazards, such as blasting, exca-
vation on public properties, etc.
The principal types of insurance which will be
necessary are:
Public Liability and Property Damage to protect
the Contractor, any of his sub - contractors and
the Owner against claims arising from personal
injury, including accidental death, as well as
claims for property damage.
The amount for liability is $100,000/$300,000.
The amount of property damage will depend upon
the magnitude and nature of the project.
Automobile and Truck Public Liability and Pro -
perty Damage to protect the same individuals as
indicated under Public Liability and Property
Damage above, and in the same amounts for lia-
bility.
SC -4
Worker's Compensation and Employer's Liability
Builder's Risk Insurance is necessary to cover
loss of or damage to the building materials
while the project is under construction.
The Contractor shall supply to the Owner a Cer-
tificate of Insurance, on a form supplied by the
insurance companies or a form similar to the
attached samples from the Contractor prior to
the start of work.
SC -5
TABLE OF CONTENTS
TITLE SHEET
TABLE OF CONTENTS
NOTICE TO CONTRACTORS
ADVERTISEMENT
INSTRUCTIONS TO BIDDERS
PROPOSAL AND BIDDING SHEET
AGREEMENT
BID BOND
PERFORMANCE BOND
PAYMENT BOND
CERTIFICATE OF INSURANCE
INFORMATION REQUIRED OF LOW BIDDER
GENERAL CONDITIONS OF AGREEMENT
SPECIAL CONDITIONS OF AGREEMENT
TECHNICAL SPECIFICATIONS
NOTICE TO CONTRACTORS
FROM THE CITY COUNCIL OF
THE CITY OF ROUND ROCK, TEXAS
1983 C.I.P.
SLUDGE DEWATERING AND
WASTEWATER PLANT IMPROVEMENTS
Sealed bids, in envelopes addressed to The City of Round
Rock, 214 East Main Street, Round Rock, Texas 78664, will be
received at the above mentioned address until 2:00 p.m.,
Thursday, July 7, 1983, and then publicly opened and read,
for furnishing all plant, labor, material and equipment and
performing all work required for the construction of sludge
dewatering and wastewater plant improvements located in Round
Rock, Williamson County, Texas.
Bids will be submitted in sealed envelopes for each Con-
tract on the proposal furnished, and marked in the upper left
hand corner "Bid for 1983 C.I.P. - Sludge Dewatering and
Wastewater Plant Improvements to be opened at 2:00 p.m.,
Thursday, July 7, 1983."
All proposals shall be accompanied by a cashier's certi-
fied check upon a national or state bank in the amount of
five (5) percent of the total maximum bid price payable with-
out recourse to The City of Round Rock, or a bid bond in the
same amount from a reliable surety company, as a guarantee
that bidder will enter into a contract and execute perform-
ance bond within ten (10) days after notice of award of con-
tract to him. The notice of award of contract shall be given
by the Owner within thirty (30) days after the bid opening.
The bid security must be enclosed in the same envelope with
the bid. Bids without check or bid bond will not be consid-
ered. All bid securities will be returned to the respective
bidders within twenty -five (25) days after bids are opened,
except those which the Owner elects to hold until the suc-
cessful bidder has executed the contract. Thereafter all
remaining securities, including security of the successful
bidder, will be returned within sixty (60) days. The suc-
cessful bidder must furnish performance bond and payment bond
upon the forms which are available in the office of The City
of Round Rock in the amount of one hundred (100) percent of
the contract price from an approved surety company holding a
permit from the State of Texas to act as surety (and accept-
able according to the latest list of companies holding certi-
ficates of authority from the Secretary of the Treasury of
the United States) or other surety or sureties acceptable to
the Owner, with approval prior to bid opening.
Page 1 of 2
The right is reserved, as the interest of the Owner may
require, to reject any and all bids, and to waive any infor-
mality in bids received.
Plans, specifications and bidding documents may be se-
cured from the office of the Engineer, Haynie & Kallman,
Inc., on deposit of Fifty Dollars ($50.00) per set, which sum
so deposited will be refunded provided: (1) All documents
are returned in good condition to the Engineer not later than
forty -eight (48) hours prior to the time for receiving bids;
or (2) The Contractor submits a bid and all documents are
returned in good condition to the Engineer not later than
five (5) days after the time that bids are received.
Plans and specifications may be examined at the office
of the Engineer, Haynie & Kallman, Inc., 2115 North Mays,
Round Rock, Texas. Bidders should carefully examine the
Plans, Specifications and other documents, visit the site of
work, and fully inform themselves as to all conditions and
matters which can in any way effect the work or the cost
hereof. Should a bidder find discrepancies in, or omissions
from the Plans, Specifications or other documents, or should
be in doubt as to their meaning, he should notify the Engi-
neer, Haynie & Kallman, Inc. and obtain clarification prior
to submitting any bid. Prequalification Requirements: The
bidder is to submit information regarding his qualifications
with this bid in accordance with instructions contained in
the Bid Form. Minimum Wage Scale: As specified and regulat-
ed by the State of Texas and the Federal Government.
The improvements shall be completed within the number of
calendar days bid on Page 2 of the Bid Proposal after notice
to proceed from the Owner.
Page 2 of 2
ADVERTISEMENT
PROJECT TITLE: 1983 C.I.P. - Sludge Dewatering and
Wastewater Plant Improvements
OWNER: City of Round Rock, Texas
LOCATION: Round Rock, Williamson County, Texas
TYPE: Wastewater Plant Improvements
BID BOND: 5%
PERFORMANCE BOND: 100%
PAYMENT BOND: 100%
PLANS AVAILABLE: Tuesday, June 14, 1983
Haynie & Kallman, Inc.
2115 North Mays
Round Rock, Texas 78664
(512) 255 -7861
OPENING TIME: 2:00 p.m., Thursday, July 7, 1983
OPENING PLACE: City Hall
City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
INSTRUCTIONS TO BIDDERS
PROPOSAL
The proposal shall be submitted on the bidding forms which
are included herein, and shall be enclosed in a sealed enve-
lope addressed to:
City of Round Rock
214 E. Main Street
Round Rock, Texas 78664
and shall be identified as follows:
"BID FOR 1983 C.I.P. - SLUDGE DEWATERING AND WASTEWATER PLANT
IMPROVEMENTS to be opened at 2:00 p.m., Thursday, July 7,
1983."
A proposal will not be accepted unless prepared on the bid-
ding form provided. The sealed proposals will be publicly
opened and read at the time and place stated in the Notice
Inviting Bids. Bidders or their authorized agents are invit-
ed to be present. Unauthorized conditions, limitations or
provisions attached to a proposal will render it informal and
may cause its rejection. The complete proposal forms shall
be without addition, alterations or erasures. Alternative
proposals will not be considered unless called for. No oral,
telegraphic or telephonic proposals or modifications will be
considered. The proposal may be withdrawn upon request by
the bidder without prejudice to himself prior to, but not
after, the time fixed for opening of bids, provided that the
request is in writing, has been executed by the bidder or his
duly authorized representative, and is filed with the Owner.
DISQUALIFICATION OF BIDDERS
More than one proposal from an individual, firm, partnership,
corporation or association under the same or different names,
will not be considered. Reasonable grounds for believing
that any bidder is interested in more than one proposal for
the work contemplated will cause the rejection of all propo-
sals in which such bidder is interested. If there is reason
for believing that collusion exists among bidders, all bids
will be rejected and none of the participants in such collu-
sion will be considered in future proposals.
1 of 3
RETURN OF PROPOSAL GUARANTEES
Within twenty -five (25) days after an award of the Contract,
the Owner will return the proposal guarantees accompanying
each of the proposals as are not considered in making the
award. All other proposal guarantees will be held until the
Contract has been finally executed. They will then be re-
turned to the respective bidders whose proposals they accom-
pany.
AWARD OF CONTRACT - RESERVATION OF RIGHTS
Contracts, if awarded, will be awarded to responsible bidders
whose proposals comply with all the requirements prescribed.
Awards, if made, will be made within thirty (30) calendar
days after the opening of the proposals. The Owner reserves
the right to reject any or all bid proposals, to accept the
lowest responsible bidder's proposal, and to waive any infor-
mality in any proposal.
EXECUTION OF CONTRACT
A bidder to whom award is made shall execute a written con-
tract with the Owner on the form of agreement provided.
Failure or refusal to enter into a contract as herein provid-
ed, or to conform to any of the stipulated requirements in
connection therewith shall be a just cause for the annulment
of the award. If the successful bidder refuses or fails to
execute the Contract, the Owner may award the Contract to
second lowest responsible bidder. If the second lowest re-
sponsible bidder refuses or fails to execute the Contract,
the Owner may award the Contract to the third lowest respon-
sible bidder. On the failure or refusal of such second and
third lowest responsible bidder to execute the Contract, the
work may be re- advertised.
PROPOSAL GUARANTEE
Each proposal shall be accompanied by a certified or cash-
ier's check or bid bond in the amount of not less than 5% of
the amount named in the proposal. Said check or bond shall
be made payable to the Owner and shall be given as a guaran-
tee that the bidder, if awarded the work, will enter into a
contract within ten (10) days after the award and will fur-
nish the necessary bonds as hereinafter provided. In case of
refusal or failure to enter into said contract, the check or
bond as the case may be, shall be forfeited to the Owner. No
bidder's bond will be accepted unless it conforms substan-
tially to the form furnished by the Owner, which is bound
herein, and is properly filled out and executed.
2 of 3
PROPOSAL SIGNATURE
If the proposal is made by an individual, it shall be signed
and his full name and his address shall be given; if it is
made by a firm it shall be signed with the co- partnership
name by a member of the firm, who shall sign his own name,
and the name and address of each member shall be given; and
if it is made by a corporation the name of the corporation
shall be signed by its duly authorized officer or officers
attested by the corporate seal, and the names and titles of
all officers of the corporation shall be given.
COMPETENCY OF BIDDERS
In selecting the lowest responsible bidder, consideration
will be given not only to the financial standing, but also to
the general competency of the bidder for the performance of
the work covered by the proposal. To this end each proposal
shall be supported by a statement of the bidder's experience,
on the form entitled "Information Required of Low Bidder ",
bound herein.
BIDDER'S EXAMINATION OF SITE
Each bidder shall examine carefully the site of the proposed
work and the Contract Documents therefor. It will be assumed
that the bidder has investigated and is satisfied as to the
conditions to be encountered; as to the character, quality
and quantity of materials to be furnished and as to the
requirements of the Contract, Specifications and Drawings.
ADDENDA
Bidders desiring further information, or interpretation of
the Plans or Specifications must make request for such infor-
mation in writing to Engineer, prior to 48 -hours before the
bid opening. Answers to all such requests will be given in
writing to all bidders, in Addendum form, and all Addenda
will be bound with, and made a part of, the Contract Docu-
ments. No other explanation or interpretation will be consi-
dered official or binding. Should a bidder find discrepan-
cies in, or omissions from the Plans, Specifications or other
Contract Documents, or should he be in doubt as to their
meaning, he should at once notify the Engineer in order that
a written Addendum may be sent to all bidders. Any Addenda
issued prior to twenty -four (24) hours of the opening of bids
will be mailed or delivered to each Contractor contemplating
the submission of a proposal on this work. The proposal as
submitted by the Contractor will be so constructed as to in-
clude any Addenda if such are issued by the Engineer prior to
twenty -four (24) hours of the opening of bids.
3 of 3
PROPOSAL
TO
THE CITY OF ROUND ROCK
FOR THE CONSTRUCTION OF
1983 C.I.P. - SLUDGE DEWATERING AND
WASTEWATER PLANT IMPROVEMENTS
IN ROUND ROCK, TEXAS
The undersigned, as bidder, declares that the only person or
parties interested in this proposal as principals are those
named'herein, that this proposal is made without collusion
with any other person, firm or corporation; that he has care-
fully examined the form of contract, Notice to Contractors,
inviting bids, conditions and classes of materials of the
proposed work; and agrees that he will provide all the neces-
sary labor, machinery tools, apparatus, and other items inci-
dental to construction, and will do all the work and furnish
all the materials called for in the contract and specifica-
tion in the manner prescribed therein and according to the
requirements of the Engineer as therein set forth.
It is understood that the following quantities of work to be
done at unit prices are approximate only, and are intended
principally to serve as a guide in evaluating bids.
It is further agreed that the quantities of work to be done
at unit prices and materials to be furnished may be increased
or diminished as may be considered necessary, in the opinion
of the Engineer, to complete the work fully as planned and
contemplated, and that all quantities of work, whether in-
creased or decreased are to be performed at the unit prices
set forth below except as provided for in the Specifica-
tions.
It is further agreed that lump sum prices may be increased to
cover additional work ordered by the Engineer; but not shown
on the plans or required by the Specifications, in accordance
with the provisions of the General Conditions. Similarly,
they may be decreased to cover deletion of work so ordered.
It is understood and agreed that the work is to be completed
within the time herein stated.
The undersigned bidder agrees to commence work within seven
(7) days after written notice to commence has been given.
Page 1 of 8
ACKNOWLEDGEMENT OF PAYMENT ITEMS
The undersigned acknowledges that the foregoing bid items are
the only items of payment under this contract and that his
bid price under these items reflects the complete charges for
furnishing all labor, material, and equipment to complete the
project as outlined in the plans, specifications, and con-
tract documents.
KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS
The undersigned warrants that he has examined the location of
the proposed work, the plan drawings, specifications, and all
other parts of the Contract Documents, and is familiar with
the local conditions at the place where the work is to be
performed.
CONTRACT TIME
If awarded the Contract, the undersigned agrees to complete
the work in 310o calendar days (BIDDER TO FILL -IN).
OWNER'S RIGHTS RESERVED
The undersigned understands and agrees that the Owner reser-
ves the right to reject any or all Proposals or to waive any
informalities of technicalities in any proposal in the inter-
est of the Owner, except as specifically limited by the terms
of the Contract Documents or applicable Laws or Governmental
Regulations.
ADDENDA
The undersigned acknowledges receipt of the following adden-
da:
Addendum No. Dated
ONF 11ILY 1 I9R3
Page 2 of 8
SUBMISSION OF THE PROPOSAL
In accordance with the Contract Documents, the above Proposal
is hereby respectfully submitted by:
LAMBDA CONSTRUCTION COMPANY JULY 7, 1983
Name of Contractor Date
JAY MUENNINK SECRETARY - TREASURER
Executed b (Signature) Title or Position
2562 BROADWALK (512) 828 -7088
Business Address Telephone Number
SAN ANTONIO TEXAS
City State
(Seal if Bid is by a Corporation.)
ATTEST:
JOE ELLEN BRYAN
EQUIPMENT TO BE SUPPLIED
Base Bid Dewatering Equipment shall be supplied by:
V -OMuNL S JLNyoI.1
Name of Manufacturer
Address
Name of Representatlive
Page 3 of 8
L DL. 1.A S
78217
Zip
CONTRACT: SLUDGE DEWATERING AND WASTEWATER PLANT IMPROVEMENTS
JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS
OWNER: CITY OF ROUND ROCK, TEXAS
Gentlemen:
Pursuant to the foregoing Advertisement for Bids and Instructions to Bid-
ders, the undersigned bidder hereby proposes to do all the work, to furnish all
necessary superintendence, labor, machinery, equipment, tools, materials, insur-
ance and miscellaneous items, to complete all the work on which he bids as pro-
vided by the attached supplemental specifications, and as shown on the plans for
the construction of Sludge Dewatering and Wastewater Plant Improvements, and
binds himself on acceptance of this proposal to execute a contract and bond for
completing said project within the time stated, for the following prices, to
wit:
Bid
Item Quantity Unit
1
PROPOSAL BIDDING SHEET
SLUDGE DEWATERING - BASE BID
Item Description
and Written Unit Price
1 L.S. Furnish and install one complete sludge
dewatering system by Komline- Sanderson,
including one two -meter belt filter press,
one sludge transfer pump, 4" PVC sludge
line, bulk polymer tank, transfer pump,
two polymer mixing tanks, mixers, one
metering pump, air compressor, wash -down
pump, sludge flow meter (magnetic meter),
concrete building foundation, 36' x 36',
2 story metal building, floor grating,
structural supports, piping, valves, elec-
trical, controls, and all other appurtenant
equipment for a complete and operating
sludge dewatering system, complete in place
per lump sum
Two Hundred
for Eighty -Five Thousand Dollars
and No Cents
TOTAL BASE BID - SLUDGE DEWATERING $ 285,000.00
Page 4 of 7
Amount
SLUDGE DEWATERING - ALTERNATE BID
Bid Item Description
Item Quantity Unit and Written Unit Price
2 1 L.S. Furnish and install one complete sludge
dewatering system by Komline- Sanderson,
including one two -meter belt filter press,
one sludge transfer pump, 4" PVC sludge
line, bulk polymer tank, transfer pump,
two polymer mixing tanks, mixers, one
metering pump, air compressor, wash -down
pump, sludge flow meter (magnetic meter),
sludge conveyor, floor grating, 50' wide
x 90' long x 12' eave height metal build-
ing, structural supports, floor grating,
piping, valves, electrical, controls, and
all other appurtenant equipment for a com-
plete and operating sludge dewatering sys-
tem, complete in place, per lump sum
Two Hundred
for Sixty -Three Thousand Dollars
and No Cents
Bid
Item Quantity Unit
NO AWARD
TOTAL ALTERNATE BID - SLUDGE DEWATERING $ 26;7999v90
SLUDGE DEWATERING - ADD ALTERNATES
Item Description
and Written Unit Price
3 1 L.S. Plant access roadway and parking area, with
6" base material and 2' base shoulders,
1 -1/2" HMAC, complete with drainage culverts,
subgrade preparation, per site plan, complete
in place, per lump sum
Twenty -Two Thousand
for Five Hundred Dollars NO AWARD
and No Cents $ 22;5ee:e6
4 1 L.S. Install approximately 450 L.F. of 6" ACP,
Cl. 150 water line, including pipe, fittings,
trench, backfill and fire hydrant, 3" PVC,
Cl. 160 water service to sludge building,
3" meter and valve box with C.I. cover,
complete in place, per lump sum
Eleven Thousand
for Five Hundred Dollars NO AWARD
and No Cents $ f1;586 O6
Page 5 of 7
Amount
Amount
Bid Item Description
Item Quantity Unit and Written Unit Price Amount
5 1 L.S. Furnish and install one additional sludge
transfer progressive cavity pump for a two
pump installation, complete with concrete
pad, pump, electric motor, piping, electri-
cal buried service to pump, trench and
backfill, complete in place, per lump sum
for Twenty Thousand Dollars NO AWARD
and No Cents $ - 2{f0300,1DG
6 1 L.S. Furnish and install one additional polymer
metering pump for a two pump installation,
complete with pump, meter, valves and pip-
ing, electric and controls, complete in
place, per lump sum
for Four Thousand Five Hundred Dollars NO AWARD
and No Cents $ -4,
7 1 L.S. Furnish and install one access bridge, com-
plete in place, per lump sum
for Five Thousand Three Hundred Dollars
and No Cents $ 5,300.00
8 1 L.S. Furnish and install one area drain, com-
plete in place, per lump sum
11
for One Thousand Six Hundred Dollars
and No Cents $ 1,600.00
9 1 L.S. Furnish and install one pump screen box,
complete in place, per lump sum
for Seven Thousand Five Hundred Dollars NO AWARD
and No Cents $ - 7750O-00.
10 1 L.S. Furnish and install one roof addition to
existing chlorine tank storage area, com-
plete in place, per lump sum
for Four Thousand Three Hundred Dollars NO AWARD
and No Cents $ 4
1 L.S. Furnish and install one additional wall at
splitter box, complete in place, per lump
sum
for Three Thousand
and No
Page 6 of 7
Dollars NO AWARD
Cents $ -37000:OP
ALTERNATE SLUDGE DEWATERING EQUIPMENT
ADD TO OR DEDUCT FROM BASE BID
Bid Item Description
Item Quantity Unit and Written Unit Price Amount
12 1 L.S. Furnish and install complete sludge dewater-
ing system by Ashbrook in lieu of Komline-
Sanderson, including one two -meter belt
filter press and all other appurtenant
equipment as described in Item 1 or 2, for
a complete and operating sludge dewatering
system, complete in place, per lump sum
for
and
No Bid
13 1 L.S. Furnish and install complete sludge dewater-
ing system by EIMCO in lieu of Komline-
Sanderson, inc u l g one two -meter belt fil-
ter press and all other appurtenance equip-
ment, as described in Item 1 or 2, for a
complete and operating sludge dewatering
system, complete in place, per lump sum
for
and
for
and
No Bid
14 1 L.S. Furnish and install complete sludge dewater-
ing system by Parkson in lieu of Komline-
Sanderson, including one two -meter belt fil-
ter press and all other appurtenant equip-
ment, as described in Item 1 or 2, for a com-
plete and operating sludge dewatering system,
complete in place, per lump sum
Twenty Thousand
No
Dollars NO AWARD
Cents $ N/B
ADD TO OR
DEDUCT FROM
BASE BID
(Indicate One)
Page 7 of 7
Dollars NO AWARD
Cents $ N/B
ADD 10 OR
DEDUCT FROM
BASE BID
(Indicate One)
Dollars
Cents $ 20,000.00
DEDUCT FROM
BASE BID
(Indicate One)
BID AWARD:
Base Bid Item #1, Items #7, #8 & #14 - CONTRACT AMOUNT $ 271,900.00
TOR.
AGREEMENT
THE STATE OF TEXAS I
KNOW ALL MEN BY THESE PRESENTS
COUNTY OF WILLIAMSON y
That this Agreement made and entered into this day
of , A.D., 1983, by and between the CITY OF
ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed
the OWNER, and LAMBDA CONSTRUCTION COMPANY
of the City of San Antonio , County of Bexar
State of Texas, Second Party, hereinafter termed the CONTRAC-
WITNESSETH: That for and in consideration of the pay-
ments and agreements hereinafter mentioned to be made and
performed by said First Party (Owner), the said Second Party
(Contractor) hereby agrees with the First Party to commence
and complete the construction of certain improvements at the
prices set forth in the Contractor's Proposal dated July 7,
1983, for certain improvements described as follows:
1983 C.I.P. - SLUDGE DEWATERING AND
WASTEWATER PLANT IMPROVEMENTS
The Contractor shall perform all work shown on the Plans
and described in the Specifications and shall meet all re-
quirements of this Agreement, the General and Special Condi-
tions of the Contract; and such Orders and Agreements for
Extra Work as may subsequently be entered by the above named
parties to this Agreement.
The Contractor hereby agrees to commence work under this
contract within 30 consecutive calendar days after award of
contract and shall cause work to progress in a manner satis-
factory to the Owner. Such work shall be completed in full
within 360 consecutive calendar days after award of con-
tract.
The Owner agrees to pay the Contractor in current funds,
and to make payments on account, for the performance of the
work in accordance with the Contract, at the prices set forth
in the Contractor's Proposal, subject to additions and deduc-
tions, all as provided in the General Conditions of the
Agreement.
Page 1 of 2
AGREEMENT (Continued)
The following documents, together with this Agreement,
comprise the Contract, and they are as fully a part thereof
as if herein repeated in full:
ATTEST:
Notice to Contractors
Instructions to Bidders
Proposal and Bidding Sheets
Performance & Payment Bonds
General Conditions of
Agreement
IN WITNESS WHEREOF the Parties
executed this Agreement in the year
written.
BYE / /1LLT J�/ / By
Cf y Secretary Mayor
ATTEST:
BY 4 i737 . ( M ) � h I r z
Page 2 of 2
Special Conditions of
Agreement
Technical Specifications
Addenda
Change Orders
Plans
to these presents have
and day first above
CITY OF ROUND ROCK, TEXAS,
OWNER
LAMBDA CONSTRUCTION COMPANY,
CONTRAC
By
WI
Bond No
Commercial Union Insurance Company
(Name of Insurance Company)
BID BOND
The American Institute of Architects,
A.I.A. Document No. A•310 February, 1970 Edition
KNOW ALL MEN BY THESE PRESENTS,
That we, Lambda Construction Company, 2562 Boardwalk,
San Antonio, Texas 78217 as Principal, hereinafter called the Principal, and
Commercial Union Insurance Company
a corporation duly organized under the laws of the State of Massachusetts, with its Home Office in the City of
Boston, in the said State, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Round
Rock, 214 E. Main Street, Round Rock, Texas 78664
as Obligee, hereinafter called the Obligee,
in the sum of Five Percent of the Amount Bid Dollars ($ 5% ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our
heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, the Principal has submitted a bid for 1983 C.I.P. Sludge Dewatering and
Wastewater Plant Improvements
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a W
r_
•
. Construction Con•,n (SEAL) 4
PM [' J (Principal)
. ��JJ / /n J ] SECRETARY- TREASURER
(Witness) JAY MUENNI �� ��Y'��)
Co �i . �4jrt=rr, .an
( Witnes) A. C. Tinch, Attorney In a
1
1
1
1
1
1
1
1
No.
FORM OF BOND
EFFECTIVE 19
ON
TO
_ IM _ _ _ _ _ _ _ _ • _ _ _ _ _ _ _
KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION INSURANCE COMPANY, a corporation duly organized and existing
under the laws of the Commonwealth of Massachusetts. and having its principal office in the City of Boston, Massachusetts. hath made, constituted and
appointed, and does by these presents make and constitute and appoint T. A. Drawert, Homer M. Conley, and A. C. Tisch, Jr.,
all of San Antonio, Texas
and each of them its true and lawful Attorney -in -Fact, to make, execute. seal and deliver for and on its behalf as surety any and all bonds or undertakings
and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply. to all intents and
purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company. and duly attested by its Secretary, hereby ratifying and
confirming all the acts of said Attorney -in- Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to and by authority of
the following resolutions adopted by the Board of Directors of the COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the
twenty- seventh day of July, 1972:
Resolved: That the President, or any Vice- President, or any Assistant Vice - President, may execute for and in behalf of the company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, the same to be attested when necessary and
the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and That the President, or any Vice - President, or Assistant
Vice- President, may appoint and authorize an Attorney -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal
of the company thereto; and that the President, or any Vice - President, or any Assistant Vice- President, may at any time remove, any such
Attorney -in -Face and revoke all power and authority given to any such Attorney-in -Fact.
Resolved: That Attorneys -in -Fact may be given full power and authority to execute for and in the name and on behalf of the company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such
Attorney -in -Fact shall be as binding upon the company as if signed by the President and scaled and attested by the Secretary, and, further,
Attorneys -in -Fact are hereby authorized to verify any affidavit required to he attached to bonds. recognizances, contracts of indemnity, and all other
writings obligatory in the nature t hereof, and are also authorized and empowered to certify to a copy of any of the by-laws of the company as well as any
resolution of the Directors Navin$ to do with the execution of bonds. recognizances, contracts of indemnity, and all other writings obligatory
in the nature thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of
Attorneys -in -Fact.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the
COMM ERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty- seventh day of July, 1972:
"Resolved: That the signature of the President. or any Vice- President, or any Assistant Vice - President, and the signature of the Secretary or
any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing
Attorneys -in -Fact for purposes only of executing and attesting any bond, undertaking, recognizance or other written obligation in the nature thereof,
and any such signature and seal where so used, being hereby adopted by the company as the original signature of such officer and the original seal of the
company, to be valid and binding upon the company with the same force and effect as though manually affixed."
IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY. has caused these presents IQ be fined by its Assistaas&
Vice - President and its corporate seal to be hereto affixed. duly attested by its Secretary on this 25th day of January 1g0J
Atte t
Raymond M. efossez — Secretary
COMMONWEALTH OF MASSACHUSETTS
COUNTY OF SUFFOLK SS.
POWER OF ATTORNEY
On this 25th da of January 1983 before me personally came John M. Garrett, Assistant Vice-President,
and Raymond M. Defossez, Secretary.of the COMMERCIAL UNION INSURANCE COMPANY, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they acknowledged the execution of the same. and being by me duly sworn, severally and each
for himself deposeth and sayeth, that they are the said officers of the Company aforesaid. and that the seal affixed to the preceding instrument is the corporate seal
of said Company and that the said corporate seal and their signatures as such officers were my affixed and subscribed to the said instrument by the authority and
direction of the said Company.
C'ERTIF'ICA1 1
•
1, the undersigned, Assistant Secretary of the ('OMMER('IAI. ANION INSII RANCE COMPANY. a Massachusetts Comoration. do hereby certify that
the foregoing power of attorney is in full force and has not been revoked: and furthermore. that the Resolutions of the Board of Directors set forth in the power
of attorney are now in force.
Signed and scaled at the City nl Boston. Dated this 7th
day of July
COMMERCIAI. UNION INSURANCE ('OMPANY
19 83.
.lohn M. Garrett Assistant Vice - President
r Josepff H. Dinan, Jr. -- N otary Public
Mr Commission eepires February 11, 1 9
88)
Andrejs J. Gross Assistant Secretary
THE STATE OF TEXAS
COUNTY OF BEXAR
KNOW ALL MEN BY THESE PRESENTS, THAT Lambda Construction Co.,
2562 Boardwalk, of the City of San Antonio
County of Bexar
PERFORMANCE BOND
, and State of Texas 78217
as principal, and Commercial Union Insurance Company
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto City of Round Rock, Texas 78664
(OWNER),
Two Hundred Fifty Eight Thousand
in the penal sum of Nine Hundred and No /100 Dollars
($ 258,900.00 ) for the payment whereof, the said Principal
and Surety bind themselves, and their heirs, administrators,
executors, successors and assigns, jointly and severally, by
these presents:
WHEREAS, the Principal has entered into a certain written
contract with the Owner dated the day of August
19 83 , to which contract is hereby referred to and made a
part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH,
that if the said Principal shall faithfully perform said Con-
tract and shall in all respects duly and faithfully observe
and perform all and singular the covenants, conditions and
agreements in and by said contract agreed and covenanted by
the Principal to be observed and performed, and according to
the true intent and meaning of said Contract and the Plans
and Specifications thereto annexed, then this obligation
shall be void; otherwise to remain in full force and effect;
PB -1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
PROVIDED, HOWEVER, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended and all liabilities on this bond shall be
determined in accordance with the provisions of said Article
to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the term
of the contract, or to the work performed thereunder, or the
plans, specifications, or drawings accompanying the same,
shall in anywise affect its obligation on this bond, and it
does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the contract, or
to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this day of August
1983 .
Lambda Construction Co. Commercial Union Insurance Company
Princi
By
Title
Address 2562 Boardwalk
A. C. Tinch, Jr.
— 1, ?V4 L Title Attorney -In -Fact
San Antonio, Texas 78217
The name and address of the Resident Agent of Surety is:
Hardino- ronley- nrawert -Tinch Tns. Agency. TOC.
4201 Woodcock finite 104. San Antonio. Texan 78228
PB -2
Surety
Address P. 0. Box 29069
San Antonio, Texas 78229
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
THE STATE OF TEXAS
COUNTY OF BEXAR
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, THAT Lambda Construction Co.,
2562 Boardwalk, , of the City of San Antonio
County of Hexer , and State of Texas 78217
as principal, and Commercial Union Insurance Company
authorized under the laws of the State of Texas to act as
surety on bonds for principals, are held and firmly bound
unto City of Round Rock, Texas 78664 (OWNER) ,
Two Hundred Fifty Eight Thousand
in the penal sum of Nine Hundred and No /100 Dollars
($ 258.900.00 ) for the payment whereof, the said Principal
and Surety bind themselves and their heirs, administrators,
executors, successors and assigns, jointly and severally, by
these presents:
WHEREAS, the Principal has entered into a certain written
contract with the Owner, dated the day of August
19 £23, to which contract is hereby referred to and made a
part hereof as fully and to the same extent as if copied at
length herein.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH,
that if the said Principal shall pay all claimants supplying
labor and material to him or a subcontractor in the prosecu-
tion of the work provided for in said contract, then, this
obligation shall be void; otherwise to remain in full force
and effect;
PB -3
Provided, however, that this bond is executed pursuant to the
provisions of Article 5160 of the Revised Civil Statutes of
Texas as amended and all liabilities on this bond shall be
determined in accordance with the provisions of said Article
to the same extent as if it were copied at length herein.
Surety, for value received, stipulates and agrees that no
change, extension of time, alteration or addition to the
terms of the contract, or to the work performed thereunder,
or the plans, specifications or drawings accompanying the
same, shall in anywise affect its obligation on this bond,
and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the contract,
or to the work to be performed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed
and sealed this instrument this day of August
1983
Lambda Construction Co.
Principal
By �r � �
Title ifk �M1 Title
Address 2562 Boardwalk
San Antonio, Texas 78217
Commercial Union Insurance Company
A. C. Tinch, Jr.
Attorney -In -Fact
Address P. 0. Box 29069
San Antonio, Texas 78229
The name and address of the Resident Agent of Surety is:
Hardina- Conlev- nrawert -Tinch Ins. Agency. Tnc.
42Q3 Woodcock. Suite 104, San Antonio. Texas 78228
PB -4
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION INSURANCE COMPANY, a corporation duly organized and existing
under the laws of the Commonwealth of Massachusetts, and having its principal office in the City of Boston, Massachusetts, hath made. constituted and
appointed, and does by these presents make and constitute and appoint T. A. Drawert, Homer M. Conley, and A. C. Tinch,Jr,
all of San Antonio, Texas
and each of them its true and lawful Attorney -in -Fact, to make, execute. seal and deliver for and on its behalf as surety any and all bonds or undertakings
and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to all intents and
purposes, as if such bonds were signed by the President, scaled with the corporate seal of the Company. and duly attested by its Secretary. hereby ratifying and
confirming all the acts of said Attorney- in- Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to a nd by authority ul
the following resolutions adopted by the Board of Directors of the COMMERCIAL UNION INSU RANCE COMPANY ata meeting duly called and held on the
twenty- seventh day of July, 1972:
Resolved: That the President, or arty Vice - President. or any Assistant Vice - President, may execute for and in behalf of the company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, t he same to be attested when necessary and
the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and that the President. or any Vice - President, or Assistant
Vice- President. may appoint and authorize an Attorney -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal
of the company thereto; and that the President, or any Vice - President, or any Assistant Vice-President. may at any time remove. any such
Attorney -in -Fact and revoke all power and authority given to any such Attorney -in -Fact.
Resolved: That Attorneys -in -Fact may be given full power and authority to execute for and in the name and on behalf of the company any and
all bonds, recognizances, contracts of indemnity. a nd all other writings obligatory in the nature thereof. and any such instrument executed by any such
Attorney -in -Fact shall he as binding upon the company as if signed by the President and sealed and attested by the Secretary, and, further,
Attorneys -in -Fact are hereby authorized to verify any affidavit required to be attached to bonds, recogni nces, contracts of indemnity, and all other
writings obligatory in the nature thereof, and are also authorized and empowered to certify to a copy of any of the by -laws of the company as well as any
resolution of the Directors having to do with the execution of bonds, recognizances, contracts of indemnity. and all other writings obligatory
in the nature thereof, and to certify copies of the Power of Attorney or with regard 10 the powers of any of the officers of he company or of
Attorneys -in -Fact.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the
COMMERCIAL. UNION INSURANCE COMPANY at a meeting duly called and held on the twenty- seventh day of July. 1972:
"Resolved: That the signature of the President, or any Vice - President, or any Assistant Vice- President- and the signature of the Secretary or
any Assistant Secretary and the Company Seal may he affixed by facsimile to any power of attorney or any certificate relating thereto appointing
Attorneys -in -Fact for purposes only of executing and attesting any bond, undertaking. recognizance or other written obligation in the nature thereof,
and any such signature and seal where so used, being hereby adopted by the company as the original signature of such officer and the original seal of the
company. to be valid and binding upon the company with the same force and effect as though manually affixed."
IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY, has caused these presents tq be 1a d by its Assist�}
Vice-President and its corporate seal to be hereto affixed, duly attested by its Secretary on this 25th day ur Jan 19tt�
Attest:
000903 - 10
Raymond M. Defossez — Secretary
COMMONWEALTH OF MASSACHUSETTS
COUNTY OF SUFFOLK SS.
On this 25th day of January 1983 • before me personally came John M. Garrett, Assistant Vice- President,
fo
and Raymond M_ Dessez. Secretary of the COM MERCIAL UNION INSURANCE COMPANY, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, severally and each
for himself deposeth and sayelh, that they are the said off icers of the Company aforesaid. and that the seal affixed to the preceding instrument is the corporate seal
of said Companyand that the said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by theauthority and
direction of the said Company.
CERTIFICATE
h the undersigned: Assistant Secretary of the ('OM M ERCIA I. UNION INSURANCE COM PANY, a Massachusetts Cor,oration, do hereby certify that
the Inregoink powcf of attorney is in full force and has not been revoked: and furthermore. that the Resolutions of the Board of Directors set forth in the power
of attorney are now i,.foree,
Signed and sealed at Ihe City of Bosun Dated this
day of
COMMERCIAL. UNION INSURANCE COMPANY
John M. Garrett -- Assistant Vice - President
Jnscp H. t),nan, Jr, Notary Puhl
(Me ('nmmissirrn e.xpirrs Fchnmrr 1! . f9NN
August
19 83
Andreis J. trots - -- Assistant Secretary
3 -82
)MPANY
ETTER
TYPE OF INSURANCE
POLICY NUMBER
POLICY
EXPIRATION DATE
Limits of Liability in Thousands (000)
EACH
OCCURRENCE
AGGREGATE
GENERAL LIABILITY
BODILY INJURY
5
$
111 COMPREHENSIVE FORM
❑ PREMISES — OPERATIONS
PROPERTY DAMAGE
5
5
❑ EXPLOSION AND COLLAPSE
HAZARD
❑ UNDERGROUND HAZARD
❑ PRODUCTS /COMPLETED
OPERATIONS HAZARD
BODILY INJURY AND
❑ CONTRACTUAL INSURANCE
PROPERTY DAMAGE
5
5
❑ 6ROA0 FORM PROPERTY
DAMAGE
COMBINED
El INDEPENDENT CONTRACTORS
❑ PERSONAL INJURY
PERSONAL INJURY
5
AUTOMOBILE LIABILITY
BODILY INJURY
(EACH PERSON)
5
❑ COMPREHENSIVE FORM
BODILY INJURY
5
❑ OWNED
(EACH ACCIDENT)
❑ HIRED
PROPERTY DAMAGE
$
El BODILY
NON OWNED
INJURY AND
PROPERTY DAMAGE
$
COMBINED
EXCESS LIABILITY
BODILY INJURY AND
❑ UMBRELLA FORM
-
PROPERTY DAMAGE
$
$
❑ OTHER THAN UMBRELLA
COMBINED
FORM
WORKERS' COMPENSATION
and
STATUTORY
EMPLOYERS' LIABILITY
5
rEec11 AcaoeN
OTHER
300 BI Occurrence
A.
Owner's Protective
EE- PRO- 583F169 -1 -83
8/9/84
25 PD Occurrence
50 PD Aggregate
:Mfg
THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATI N ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER_
THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
AME AND ADDRESS OF AGENCY
Harding- Conley- Drawert -Tinch Ins. Agency, Inc.
P. O. Box 29069
San Antonio, Texas 78229
AME AND ADDRESS OF INSURED
City of Round Rock
214 E. Main St.
Round Rock, Texas 78664
SCRIPTION OF OPERATIONSA.00ATIONSNEHICLES
COMPANIES AFFORDING COVERAGES
LETTER n Travelers Indemnity Co. of Rhode Isla'
COMPANY B
LETTER
COMPANY IC
LETTER
COMPANY D
LETTER
War' E
LETTER
This is to certify that policies of insurance listed below have been issued to the insured named abo e and are in force at this time Notwithstanding any requirement, term or condition
of any contract or other document with respect to which this certificate may be issued or may pertain. the insurance afforded by the policies described herein is subject to all the
terms, exclusions and conditions of such policies.
Re: 1983 C.I.P. - Sludge Dewatering & Wastewater Plant Improvements
Contractor: Lambda Construction Company
Cancellation: Should any of the above descriie policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail _ days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
NAME AND ADDRESS OF CERTIFICATE HOLDER:
City of Round Rock
214 E. Main St.
Round Rock, Texas 78664
DATE ISSUED AaaIIIIII,
w
A. C. TinCPID,THDIRAD REPRESENTATIVE
Certificate of Insurance
I. (
CERTIFICATE IS ISSUED AS A MATTER, pF INFORMATION ONI.V.:ANb CONFERS NO RIGHTS UPON THE - CERTIFICATE JlOLpER ; ,::
THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES. LISTED BELOW. "
COMPANY
LETTER Charter Oak Fire Insurance Company
COMPANY
LETTER
1/1/84
STATUTORY
PRESENTATIVE
ME AND ADDRESS OF AGENCY
arding- Conley- Drawert - Tinch Ins. Agency, Inc.
0. Box 29069
an Antonio, Texas 78229
ME AND ADDRESS ()F INSURED
,ambda Construction Co.
562 Boardwalk.
San Antonio, Texas 78217
ills is to certify that policies of insurance lis ed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condition
d any contract or other document with respect to which des certificate may be issued o may pertain, the insurance afforded by the policies described herein is subject to all the
arms, exclusions and conditions of such policies.
1MPANY
ETTER
GENERAL LIABILITY
$ ® COMPREHENSIVE FORM
® PREMISES— OPERATIONS
EXPLOSION AND COLLAPSE
HAZARD
® UNDERGROUND HAZARD
® PRODUCTS/COMPLETED
OPERATIONS HAZARD
® CONTRACTUAL INSURANCE
BROAD FORM PROPERTY
DAMAGE
® INDEPENDENT CONTRACTORS
® PERSONAL INJURY
A
C
A
A.
TYPE OF INSURANCE
AUTOMOBILE LIABILITY
COMPREHENSIVE FORM
❑X OwNED
® HIRED
® NON -OWNED
EXCESS LIABILITY
® UMBRELLA FORM
OTHER THAN UMBRELLA
FORM
WORKERS' COMPENSATION
and
EMPLOYERS' LIABILITY
OTHER
Installation
Floater
XS 00 83 92
POLICY NUMBER
ODM- 321F894 -4 -83
EE- NSA- 458F806 -2 -8.3
EE -SIB- 321F 875 -9 -83."
EE- M- 321F915 -4 -83
NAME AND ADDRESS Of CERTIFICATE HOLDER:
City of Round Rock
214 E. Main St.
Round Rock, Texas 78664
COMPANIES AFFORDING COVERAGES
Island
coMPArvv
LETTER A The Travelers Indemnity Co.of Rhode
COMPANY D
LETTER
COMPANY
LETTER
POLICY
EXPIRATION DATE
1/1/84
1/1/8.4
1/1/84
1/1/84
DATE ISSUED:
Limits of Liability in Thousands (000)
BODILY INJURY
PROPERTY DAMAGE
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
PERSONAL INJURY
BODILY INJURY
(EACH PERSON)
BODILY INJURY
(EACH ACCIDENT)
PROPERTY DAMAGE
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
BODILY INJURY AND
PROPERTY DAMAGE
COMBINED
03
C. Tinctl;
EACH
OCCURRENCE
$300
3 100
3 250
3 500
3 100
a
1,000
AGGREGATE
$ 300
$ 100
$ 300
All Risk of Direct Physical
Damage - $258,900.
ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES
Re: 1983 C.I.P. - Sludge Dewatering & Wastewater Plant Improvements, Round Rock, Texas
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mail days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
TYPE OF
INSURANCE
POLICY
NO.
EFFECTIVE
DATE
EXPIRATION
DATE
LIMITS OF LIABILITY
Workmen's
Compensation
Statutory, State of
Texas, $
Employer's Liability
Comprehensive
General
Liability
Includes
Contractual
Liability
Bodily Injury
$ each person
$ each accident
Property Damage
$ each accident
Covers
Independent
Contractors
$ aggregate
Owner's
Protective
Bodily Injury
$ each person
$ each accident
Property amage
$ each accident
$ aggregate
Comprehensive
Automobile
Liability
Owned
Vehicles
Bodily Injury
$ each person
$ each accident
Property Damage
$ each accident
Hired
Vehicles
_
Non -owned
Vehicles
Includes
Contractual
Liability
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TO: City of Round Rock
214 East Main Street
Round Rock, Texas 78664
CERTIFICATE OF INSURANCE
Date:
Description of Work:
THIS IS TO CERTIFY THAT is, at the date of
this certificate, insured by this company with respect to the business opera-
tions hereinafter described, for the types of insurance and in accordance with
the provisions of the standard policies used by this company, and further here-
inafter described. Exceptions to standard policies are noted on the reverse
side hereof.
The above policies either in the body thereof or by appropriate endorsement
provide that they may not be changed or cancelled by the insurer in less than
ten days after the insured has received written notice of such change or cancel-
lation.
This Certificate of Insurance neither affirmatively or negatively amends, ex-
tends, or alters the coverage afforded by policy or policies indicated by this
certificate.
(Name of Insurer)
By:
Title:
Address
Page 2 of 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The low bidder is required to supply the following informa-
tion. Additional sheets may be attached if necessary.
(1) Name
(2) Address
(3) Phone Number
(4) Type of firm:
( ) Individual, ( ) Partnership, ( ) Corporation
(5) Corporation organized under the laws of the State of
(6) List the names and address of all members of the firm or
names and titles of all officers of the corporation:
(7) Number of years experience
(8) List at least three (3) projects completed as of recent
date: Contract Amount /Class of Work /Date Completed /Name
and Address of Owner
INFORMATION REQUIRED OF LOW BIDDER
(9) List the name and address of each subcontractor who will
perform work in or about the work or improvement in ex-
cess of one -half (1/2) of one percent (1 %) of the total
bid price and indicate what part of the work will be
done by each such subcontractor:
Name Address Work to be Performed
Page 1 of 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(10) Payment of taxes, in the State of
Yes No
(11) If requested by the Owner, the Low Bidder shall submit
a notarized financial statement, financial data or
other information and references sufficiently compre-
hensive to permit an appraisal of his current financial
conditions.
Page 2 of 2
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SPECIAL CONDITIONS OF AGREEMENT
r
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GENERAL CONDITIONS OF AGREEMENT
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1. DEFINITIONS
GENERAL CONDITIONS OF THE AGREEMENT
CONTENTS
Page
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority
2.02 Right of Engineer to Modify Methods
and Equipment
2.03 Changes and Alterations
2.04 Damages
2.05 Losses from Natural Causes
2.06 Laws and Ordinances
2.07 Licenses, Permits, and Certificates
2.08 Royalties and Patents
2.09 Keeping of Plans and Specifications
Accessible
2.10 Discrepancies and Omissions
2.11 Contractor's Understanding
2.12 Extra Work
2.13 Payment for Extra Work
2.14 Assignment and Subletting
2.15 Subcontractors
2.16 Owner's Status
2.17 Completed Portions of Work
2.18 Materials
2.19 Receiving and Storage of Materials
2.20 "Or Equal" Clause
2.21 Completed Work
2.22 Materials Furnished by the Owner
2.23 Protection of Property
2.24 Shelters for Workmen and Materials
2.25 Sanitary Facilities 1
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES . . 1
3.01 Labor, Equipment, Materials and
Construction Plant 1
3.02 Performance and Payment Bonds 1
3.03 Contractor's Ability to Perform 1
3.04 Superintendence and Inspection 1
3.05 Character of Employees 1
3.06 Contractor's Duty to Protect Persons
and Property 1
3.07 Safety Codes 1
3.08 Barricades 1
3.09 Minimum Wages 1
3.10 Unsuitable Work or Materials 1
3.11 No Waiver of Contractor's Obligation . . 1
3.12 Site Clean Up 1
3.13 Guarantee 1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
(CONTENTS CONTINUED) Page
4. OWNER'S OBLIGATIONS AND REPONSIBILITIES 14
4.01 Lines and Grades 14
4.02 Right of Entry 14
4.03 Owner's Inspectors 14
4.04 Collateral Work 15
4.05 Right -of -Way 15
4.06 Adequacy of Design 15
5. SCHEDULING AND PROGRESS OF WORK 15
5.01 Order and Prosecution of the Work 15
5.02 Rate of Progress 16
5.03 Sunday, Holiday, and Night Work 16
5.04 Hindrances and Delays 16
5.05 Extensions of Time 17
5.06 Liquidated Damages for Failure to
Complete on Time 17
6. INDEMNITY 18
6.01 Contractor's Indemnity Provision 18
6.02 Workmen's Compensation Insurance 18
6.03 Comprehensive General Liability Insurance . 18
6.04 Owner's Protective Insurance 19
6.05 Comprehensive Automobile Liability
Insurance _ 19
6.06 Insurance Certificate 19
7. TERMINATION OF CONTRACT 20
7.01 Right of Owner to Terminate 20
7.02 Right of Contractor to Terminate 20
7.03 Removal of Equipment 20
8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20
8.01 Notification of Contractor 20
8.02 Retention of Contractor's Equipment
and Materials by Owner 21
8.03 Methods of Completing the Work 21
8.04 Final Acceptance 22
8.05 Disposition of Contractor's Equipment . . . 22
9. MEASUREMENT AND PAYMENT 23
9.01 Character of Measurements 23
9.02 Estimated vs. Actual Quantities 23
9.03 Payment 24
9.04 Monthly Estimates and Payments 24
9.05 Certificates of Completion 24
9.06 Final Estimate and Payment 25
9.07 Notarized Affidavit 25
9.08 Release of Liability 25
9.09 Contractor's Obligation 26
9.10 Payments Withheld 26
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
GENERAL CONDITIONS OF THE AGREEMENT
1. DEFINITIONS
1.01 Calendar Day. A calendar day shall be the 24 hour
period from one midnight to the next consecutive mid-
night.
1.02 Contract Documents. The Contract Documents shall con-
sist of the Notice to Contractors; Advertisement; the
Instructions to Bidders; the Proposal; the Signed
Agreement; the Performance and Payment Bonds; the Gen-
eral Conditions of the Agreement; the Special Condi-
tions of the Agreement; the Specifications; the Plans;
the Standard Drawings; Addenda; and duly authorized
Change Orders. The Contract Documents are complemen-
tary, and what is called for by any one shall be as
binding as if called for by all. In case of conflict
between any of the Contract Documents, priority of
interpretation shall be in the following order: Sign-
ed Agreement, Performance and Payment Bonds, Addenda,
Proposal, Special Conditions of the Agreement, Notice
to Contractors, Specifications, Plans, and General
Conditions of the Agreement.
1.03 Contractor. "Contractor" shall mean the business or-
ganization or individual named and designated in the
Contract Agreement as the "Party of the Second Part ",
who has entered into this contract for the performance
of the work covered thereby, and its, his, or their
duly authorized agents and other legal representa-
tives.
1.04 Engineer. "Engineer" shall mean Haynie & Kallman,
Inc., or such other Engineer, supervisor, or inspector
who has been designated, appointed, or otherwise em-
ployed or delegated by the Owner for this work, or
their duly authorized agents, such agents acting with-
in the scope of the particular duties entrusted to
them in each case.
1.05 Extra Work. The term "extra work" as used in this
contract shall be understood to mean and include all
work that may be required by the Engineer or Owner to
be done by the Contractor to accomplish any change,
alteration, or addition to the work shown on the
Plans, or reasonably implied by the Specifications,
and not covered by the Contractor's Proposal, except
as provided under "Changes and Alterations ", herein.
-1-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1.06 Owner. "Owner" shall mean the City of Round Rock,
Texas, named and designated in the Agreement as the
"Party of the First Part" acting through its duly
authorized officers and agents.
1.07 Plans. "Plans" shall mean and include (a) all draw-
ings prepared by the Owner as a basis for proposal,
(b) all supplementary drawings furnished by the Engi-
neer as and when required to clarify the intent and
meaning of the drawings submitted by the Owner to the
Contractor, and (c) drawings submitted by the Contrac-
tor to the Owner when and as approved by the Engi-
neer.
1.08 Specifications. "Specifications" shall mean (a) all
written descriptions, methods and instructions prepar-
ed by the Owner as a basis for proposals, (b) all sup-
plementary written material furnished by the Engineer
as and when required to clarify the intent or meaning
of all written descriptions, methods and instructions
submitted by the Owner to the Contractor, and (c)
written descriptions submitted by the Contractor to
the Owner when and as approved by the Engineer.
1.09 Subcontractor. "Subcontractor" shall mean and refer
only to a business organization or individual having a
direct contract with the Contractor for (a) performing
a portion of the Contract work, or (b) furnishing
material worked to a special design according to the
Contract plans or specifications; it does not, how-
ever, include one who merely furnishes material not so
worked.
1.10 Substantially Completed. The term "substantially com-
pleted" shall mean that the structure or facility has
been made suitable for use is in condition to serve
its intended purpose, but still may require minor mis-
cellaneous work and adjustments.
1.11 Work. "Work" shall mean the work to be done and the
equipment, supplies, material, and services to be fur-
nished under the Contract unless some other meaning is
indicated by the context.
1.12 Working Day. A "working day" is defined as any day
not including Sundays or any legal holidays, in which
weather or other conditions, not under the control of
the Contractor, will permit construction of the prin-
cipal units of the work for a continuous period of not
less than seven (7) hours between 7:00 a.m. and 6:00
p.m.
-2-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1.13 Written Notice. "Written notice" shall be deemed to
have been duly served if delivered in person to the
individual or to a member of the firm or to an officer
of the corporation for whom it is intended, or if de-
livered at or sent by certified or registered mail to
the last business address known to him who gives the
notice.
2. GENERAL PROVISIONS
2.01 Engineer's Status and Authority. It is mutually
agreed by and between the parties to this Contract
that the Engineer shall have general supervision and
direction of the work included herein. In order to
prevent delays and disputes and to discourage litiga-
tion it is further agreed by and between the parties
of this Contract that the Engineer shall in all cases
determine the amounts and quantities of the several
kinds of work which are to be paid for under the Con-
tract; that he shall determine all questions in rela-
tion to said work and the construction thereof, that
he shall in all cases decide every question which may
arise relative to the execution of the Contract on the
part of the Contractor; that his decisions and find-
ings shall be the conditions precedent to the right of
the parties hereto to arbitration or to any action on
the Contract and to the rights of the Contractor to
receive any money under this Contract; provided, how-
ever, that should the Engineer render any decision or
give any direction which in the opinion of either
party hereto is not in accordance with the meaning and
intent of this Contract, either party may file with
the Engineer within 30 days a written objection to the
decision or direction so rendered. It is the intent
of this Agreement that there shall be no delay in the
execution of the work, and the decision or directions
of the Engineer as rendered shall be promptly carried
out.
2.02 Right of Engineer to Modify Methods and Equipment. If
at any time the methods or equipment used by the Con-
tractor are found to be unsafe or inadequate to secure
the quality of the work or the rate of progress re-
quired under this Contract, the Engineer may direct
the Contractor in writing to increase their safety or
improve their character and efficiency and to cease
operations under this Contract until such direction is
complied with. No claims shall be made against the
Owner for damages caused by any delay resulting from
such order.
-3-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
2.03 Changes and Alterations. The Contractor agrees that
the Owner, through the Engineer, may make such changes
and alterations as the Owner may see fit in the line,
grade, form, dimensions, plans, or materials for the
work herein contemplated or any part thereof either
before or after the beginning of the construction
without affecting the validity of this Contract and
the accompanying bonds. If such changes or altera-
tions diminish the quantity of the work to be done,
they shall not constitute the basis for a claim for
damages or anticipated profits on the work that may be
dispensed with. If they increase the amount of work
and the increased work can fairly be classified under
the specifications, such increase shall be paid for
according to the quantity actually done and at the
unit price established for such work under this Con-
tract; otherwise such work shall be paid for as pro-
vided under Section 2.12 "Extra Work ". In the event
the Owner shall make such changes or alterations which
will make useless any work already done or material
already furnished or used in said work, then the Owner
shall compensate the Contractor for any materials or
labor so used, for any actual loss occasioned by such
change, and for the actual expenses incurred in prepa-
ration for the work as originally planned.
2.04 Damages. The right of general supervision by the
Owner shall not make the Contractor an agent of the
Owner, and the liability of the Contractor for all
damages to persons, firms, and corporations arising
from the Contractor's execution of the work shall not
be lessened because of such general supervision. The
Contractor is an independent contractor in regard to
work under this Contract, and as such is solely liable
for all damages to any persons, firms, corporations,
or their property as a result of the prosecution of
the work.
2.05 Losses from Natural Causes. All loss or damage aris-
ing out of the nature of the work to be done or from
the action of the elements or from any unforeseen cir-
cumstances in the prosecution of the work or from unu-
sual obstructions or difficulties which may be encoun-
tered in the prosecution of the work shall be sustain-
ed and borne by the Contractor at his own cost and
expense.
2.06 Laws and Ordinances. The Contractor shall at all
times observe and comply with all Federal, State, and
local laws, ordinances, rules and regulations which
-4-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
in any manner affect the Contract or the work and
shall indemnify and save harmless the Owner against
any claim arising from the violation of any such laws
and ordinances whether by the Contractor or his em-
ployees or his subcontractors and their employees.
2.07 Licenses, Permits and Certificates. Except as herein-
after stipulated, all licenses, permits, certificates,
etc. required for and in connection with the work to
be performed under the provisions of these Contract
Documents shall be secured by the Contractor at his
own expense. In the event a building permit is re-
quired such permit will be obtained by the Owner at no
cost to the Contractor.
2.08 Royalties and Patents. The Contractor shall protect
and save harmless the Owner from all and every demand
for damages, royalties, or fees on any patented inven-
tion used by him in connection with the work done or
material furnished under this Contract; provided, how-
ever, that if any patented material, machinery, appli-
ance, or invention is clearly specified in this Con-
tract, the cost of procuring the rights of use and the
legal release or indemnity shall be borne and paid by
the Owner direct unless such cost is determined and
directed to be included in the bid price at the time
the Proposal is submitted.
2.09 Reeving of Plans and Specifications Accessible. The
Engineer shall furnish the Contractor with three (3)
sets of executed Plans and Specifications without ex-
pense to him, and the Contractor shall keep one copy
of the same constantly accessible on the work, with
the latest revisions noted thereon.
2.10 Discrepancies and Omissions. It is further agreed
that it is the intent of this Contract that all work
must be done and all material must be furnished in ac-
cordance with the generally accepted practice, and in
the event of any discrepancies between the separate
contract documents, the priority of interpretation de-
fined under "Contract Documents" shall govern. In the
event that there is still any doubt as to the meaning
and intent of any portion of the Contract, Specifica-
tions or -Drawings, the Engineer shall define which is
intended to apply to the work.
2.11 Contractor's Understanding. It is understood and
agreed that the Contractor has, by careful examina-
tion, satisfied himself as to the nature and location
-5-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
of the work, the conformation of the ground, the char-
acter, quality and quantity of the materials to be en-
countered, the character of equipment and facilities
needed preliminary to and during the prosecution of
the work, the general and local conditions, and all
other matters which can in any way affect the work
under this Contract. No verbal agreement or conversa-
tion with any officer, agent, or employee of the Own-
er, either before or after the execution of this Con-
tract, shall affect or modify any of the terms or ob-
ligations herein contained.
2.12 Extra Work. The term "extra work" as used in this
Contract shall be understood to mean and include all
work that may be required by the Owner through the
Engineer to be done by the Contractor to accomplish
any change, alteration, or addition to the work shown
by the Plans or reasonably implied by the Specifica-
tions and not covered by the Contractor's Proposal,
except as provided in Section 2.03 - "Changes and
Alterations ".
it is agreed that the Contractor shall
perform all extra work under the direction of the
Engineer when presented with a written Change Order
signed by the Engineer.
No claim for extra work of any kind will
be allowed unless ordered in writing by the Engineer.
In case any orders or instructions, either oral or
written, appear to the Contractor to involve extra
work for which he should receive compensation, he
shall make a written request to the Engineer for a
written Change Order authorizing such extra work.
Should a difference of opinion arise as to what does
or does not constitute extra work or concerning the
payment therefor and the Engineer insists upon its
performance, the Contractor shall proceed with the
work after making a written request for a written
Change Order and shall keep an accurate account of the
"actual field cost" thereof as provided under Method
"C" below.
2.13 Payment for Extra Work. It is agreed that the compen-
sation to be paid the Contractor for performing extra
work shall be determined by one or more of the follow-
ing methods:
Method "A" - By agreed unit prices;
Method "B" - By agreed lump sum; or
-6-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Method "C" - If neither Method "A" or Method "B" can
be agreed upon before the extra work is
commenced, then the Contractor shall be
paid the "actual field cost" of the work
plus 15%.
Where extra work is performed under Method "C ", the
term "actual field cost" of such extra work is hereby
defined to be and shall include: (a) the payroll cost
for all workmen, such as foreman, mechanics, crafts-
men, and laborers; (b) the cost of all materials and
supplies not furnished by the Owner; (c) rental for
all power - driven equipment at agreed -upon rates for
the time actually employed or used in the performance
of the extra work; (d) transportation charges neces-
sarily incurred in connection with any equipment
authorized by the Engineer for use on said extra work
and which is not already on the job; (e) all power,
fuel, lubricants, water, and similar operating expens-
es; (f) all incidental expenses incurred as a direct
result of such extra work including sales or use taxes
on materials, payroll taxes, and the additional pre-
miums for construction bonds, workmen's compensation,
public liability and property damage, and other insur-
ance required by the Contract where the premiums
therefor are based on payroll and material costs. The
Engineer may direct the form in which accounts of the
"actual field costs" shall be kept and may also speci-
fy in writing before the work commences the method of
doing the work and the type and kind of machinery and
equipment to be used; otherwise these matters shall be
determined by the Contractor. Unless otherwise agreed
upon, the prices for the use of machinery and equip-
ment shall be incorporated in the written extra work
Change Order. The 15% of the "actual field cost" to
be paid the Contractor shall cover and compensate him
for his profit, overhead, and general superinten-
dence.
2.14 Assignment and Subletting. The Contractor shall not
assign or sublet the work or any part thereof without
the previous written consent of the Owner, nor shall
he assign, by power of attorney or otherwise, any of
the money payable under this Contract unless by and
with the consent of the Owner to be signified in like
manner. If the Contractor assigns all or any part of
any monies due or to become due under this Contract,
the instrument of assignment shall contain a clause
substantially to the effect that it is agreed that the
right of the assignee in and to any monies due or to
-7-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
become due to the Contractor shall be subject to all
prior liens of all persons, firms, and corporations
for services rendered or materials supplied for the
performance of the work called for in this Contract.
2.15 Subcontractors. The Contractor shall be as fully re-
sponsible to the Owner for the acts and omissions of
his subcontractors and of persons either directly or
indirectly employed by them as he is for the acts and
omissions of persons directly employed by him. Should
any subcontractor fail to perform the work undertaken
by him in a satisfactory manner, his subcontract shall
be immediately terminated by the Contractor upon writ-
ten notice from the Owner.
2.16 Owner's Status. Nothing contained in this Contract
shall create any contractual relation between any sub-
contractor and the Owner.
2.17 Completed Portions of Work. The Owner shall have the
right to take possession of and to use any completed
or partially completed portions of the work prior to
completion of the entire work, but such use shall not
constitute an acceptance of any of the work not com-
pleted in accordance with the Contract Documents. If
the Engineer determines that taking possession of and
using partially completed work substantially increases
the cost of or delays construction, the Contractor
shall be entitled to extra compensation or extension
of time or both as determined by the Engineer.
2.18 Materials. All materials furnished by the Contractor
s all be as required by the Plans and Specifications
or as otherwise stipulated. The Contractor shall not
start delivery of materials which he is to furnish
until the Engineer has approved the source of supply
of such materials.
2.19 Receiving and Storage of Materials. The Contractor
shall make arrangements for receiving and storing
materials. The Owner will not sign for or receive
shipments of materials consigned to the Contractor.
The Owner will not furnish storage space for materials
except where the written permission of the Engineer is
given.
2.20 "Or Equal" Clause. Whenever a material, product, or
article is specified or shown on the Plans by using
the name of the proprietary product or of a particular
manufacturer or vendor and is followed by the term "or
equal" the Contractor may submit a written request to
-8-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
the Engineer requesting approval of the use of a
material, product, or article he feels is truly equal
to the one specified. The Engineer will evaluate the
request to determine if the material, product, or
article is of equal substance and function and if it
will perform identically the duties imposed by the
general design. Written approval of an "or equal"
material, product, or article must be obtained from
the Engineer before it may be incorporated into the
work as a substitute for that specified in the Con-
tract Documents.
2.21 Completed Work. The Contractor shall maintain contin-
uous adequate safeguards to protect all completed work
from damage, loss, or the intrusion of foreign ele-
ments.
2.22 Materials Furnished by the Owner. The Contractor
shall assume responsibility for and safeguard any and
all materials supplied by the Owner against loss or
injury. This provision shall extend to the taking of
all necessary sanitary precautions to avoid contamina-
tion of such materials that must be maintained and in-
corporated into the work in a sanitary condition.
2.23 Protection of Property. The Contractor shall give
reasonable notice to the owner or owners of public or
private property and utilities when such property is
liable to injury or damage through the performance of
the work, and he shall make all necessary arrangements
with such owner or owners relative to the removal and
replacement or protection of such property or utili-
ties.
The Contractor shall satisfactorily shore, support,
and protect any and all structures, and all pipes,
sewers, drains, conduits, and other facilities belong-
ing to the Owner, and he shall be responsible for any
damage resulting thereto. The Contractor shall not be
entitled to any damages or extra pay as a result of
any postponement, interference, or delay caused by any
such structures and facilities being on the line of
the work whether they are shown on the Plans or not.
2.24 Shelters for Workmen and Materials. The building or
structures for housing men or the erection of tents or
other forms of protection for workmen or materials
will be permitted only as the Engineer shall authorize
or direct. The sanitary conditions of the grounds in
or about such structures shall at all times be main-
tained in a manner satisfactory to the Engineer.
-9-
1
1
1
1
1
1
1
1
r
1
1
1
1
1
1
1
1
1
1
2.25 Sanitary Facilities. Necessary sanitary toilet facil-
ities for the use of all employees on the work shall
be of a type complying with State and local sanitary
regulations and shall be properly secluded from public
observation. These facilities shall be constructed
and maintained by the Contractor in such manner and at
such points as shall be approved by the Engineer.
Their use shall be strictly enforced.
3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES
3.01 Labor, Equipment, Materials and Construction Plant.
The Contractor shall provide all labor, tools, equip-
ment, machinery, supplies, and materials necessary for
the prosecution and completion of this Contract where
it is not specifically provided that the Owner shall
furnish them. The Owner shall not be held responsible
for the care, preservation, conservation, or protec-
tion of any material, tools, or machinery on any part
of the work until it is finally completed and accept-
ed. The Contractor shall maintain on the job at all
times sufficient labor, material, and equipment to
adequately prosecute the work.
3.02 Performance and Payment Bonds. It is further agreed
by the Parties to this Contract that the Contractor
will execute separate performance and payment bonds,
each in the sum of 100% of the total Contract price in
standard forms for this purpose, guaranteeing faithful
performance of the work and the fulfillment of any
guarantees required and further guaranteeing payment
to all persons supplying labor and materials or fur-
nishing him any equipment in the execution of the Con-
tract. It is agreed that the Contract shall not be in
effect until such performance and payment bonds are
furnished and approved by the Owner. The cost of the
premium for the performance and payment bonds shall be
included in the price bid by the Contractor for the
work under this Contract, and no extra payment for
such bonds will be made by the Owner.
The surety company or companies underwriting the per-
formance and payment bonds shall be acceptable accord-
ing to the latest list of companies holding certifi-
cates of authority from the Secretary of the Treasury
of the United States, shall be duly authorized to act
under the laws of the State of Texas as Surety, and
shall be approved by the Owner.
-10-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
3.03 Contractor's Ability to Perform. Upon request by the
Owner the Contractor shall furnish sufficient evidence
of his ability to perform the work which is outlined
in this document. This shall include an equipment in-
ventory and records showing the satisfactory comple-
tion of projects of equal magnitude in the past. It
shall be the prerogative of the Owner to terminate the
Contract as outlined in Section 7 "Termination of Con-
tract", if job progress indicates that the Contractor
lacks either appropriate experience or ability.
3.04 Superintendence and Inspection. The Contractor shall
give personal attention to the faithful prosecution
and completion of the Contract and shall keep a compe-
tent superintendent and any necessary assistants, all
of whom are satisfactory to the Engineer, on the work
continuously during its progress. The superintendent
shall represent the Contractor in his absence, and all
directions given to him by the Owner's representative
shall be as binding as if given to the Contractor.
In the event that the Contractor and the superinten-
dent are both absent from the site of the work for
prolonged periods of time the Engineer may order any
or all work under this Contract to be stopped until
the Contractor provides continuous and proper supervi-
sion of the work. Such stoppage shall not constitute
a basis for any claim against the Owner for damages
caused by delay for such work stoppages.
3.05 Character of Employees. The Contractor agrees to em-
ploy only order y, competent, and skillful persons to
do the work, and whenever the Engineer shall inform
him that the work being accomplished is of sub -stan-
dard character by reason of carelessness, incompe-
tence, or inexperience on the part of the workers the
installation of such work shall be immediately sus-
pended and shall not be resumed until the Engineer is
satisfied that the conditions causing such faulty work
have been corrected.
3.06 Contractor's Duty to Protect Persons and Property. In
the performance of this Contract, the Contractor shall
protect the public and the Owner fully by taking rea-
sonable precaution to safeguard persons from death or
bodily injury and to safeguard property of any nature
whatsoever from damage. Where any dangerous condition
or nuisance exists in and around construction sites,
equipment and supply storage areas, and other areas in
anyway connected with the performance of this Con-
tract, the Contractor shall not create excavations,
obstructions, or any dangerous condition or nuisance
of any nature whatsoever in connection with the per-
formance of this Contract unless necessary to its per-
formance, and in that event the Contractor shall pro-
vide and maintain at all times reasonable means of
warning of any danger or nuisance created. The duties
of the Contractor in this paragraph shall be nondeleg-
able, and the Contractor's compliance with the speci-
fic recommendations and requirements of the Owner as
to the means of warning shall not excuse the Contrac-
tor from the faithful performance of these duties
should such recommendations and requirements not be
adequate or reasonable under the circumstances.
3.07 Safety Codes. The Contractor shall comply with all
applicable provisions of any Federal, State, and Muni-
cipal safety laws and building and construction codes.
All machinery, equipment, and other physical hazards
shall be guarded in accordance with the latest edition
of the "Manual of Accident Prevention in Construction"
of the Associated General Contractors of America ex-
cept where incompatible with Federal, State, or Muni-
cipal laws or regulations.
3.08 Barricades. When barricades are used to satisfy
sa ety regrequirements, such barricades shall be properly
identified with the Contractor's name prominently
stenciled on both sides of the barricades with letters
at least 2 inches high.
3.09 Minimum Wages. All employees directly employed on the
work shall be paid not less than the established pre-
vailing wage scale for work of a similar character in
this locality. A scale of prevailing wages is includ-
ed in the Special Conditions of these Contract Docu-
ments. The Contractor shall pay not less than the
general prevailing wages shown on said scale and shall
keep accurate wages records accessible in accordance
with Article 5159 of the Revised Civil Statutes of
Texas.
3.10 Unsuitable Work or Materials. It is understood and
agreed that if the work or any part thereof or any
material furnished by the Contractor for use in the
work or selected for the same shall be deemed by the
Engineer as unsuitable or not in conformity with the
specifications, the Contractor shall, after receipt of
written notice thereof from the Contracting Officer,
-12-
forthwith remove such material and replace, rebuild,
or otherwise remedy such work so that it shall be in
full accordance with this Contract.
Should the Contractor fail to initiate compliance with
the above provision within 72 hours or should he fail
to properly prosecute and complete correction of such
faulty work, the Engineer may direct that the work be
done by others and that the cost of the work be de-
ducted from monies due the Contractor.
3.11 No Waiver of Contractor's Obligations. The Engineer,
supervisor, or inspector shall have no power to waive
the obligations of this Contract for the furnishing by
the Contractor of good material and of his performing
good work as herein described and in full accordance
with the plans and specifications. No failure or
omission of the Engineer, supervisor, or inspector to
condemn any defective work or material shall release
the Contractor from the obligation to at once tear
out, remove, and properly replace the same at any time
prior to final acceptance upon the discovery of said
defective work or material; provided, however that the
Engineer, supervisor, or inspector shall upon request
of the Contractor inspect and accept or reject any
material furnished, and once the material has been ac-
cepted by the Engineer, supervisor, or inspector such
acceptance shall be binding on the Owner unless it can
be clearly shown that such material furnished was not
as represented and does not meet the specifications
for the work. Any questioned work may be ordered
taken up or removed for re- examination by the Engineer
prior to final acceptance, and if found not in accor-
dance with the specifications for said work, all ex-
pense of removing, re- examination, and replacement
shall be borne by the Contractor; otherwise the ex-
pense thus incurred shall be allowed as "Extra Work"
and shall be paid for by the Owner.
3.12 Site Clean Up. The Contractor shall not allow the
site of the work to become littered with trash and
waste material, but shall maintain the site in a neat
and orderly condition throughout the construction per-
iod. The Engineer shall have the right to determine
what is waste material or rubbish and the manner and
place of disposal. On or before the completion of the
work the Contractor shall, without charge therefor,
carefully clean out all pits, pipes, chambers, or con-
duits, shall tear down and remove all temporary struc-
tures built by him, shall remove all rubbish of every
-13-
kind from the tracts or grounds which he has occupied,
and shall leave them in a condition satisfactory to
the Engineer.
3.13 Guarantee. During a period of 12 months from and
after the date of the final acceptance by the Owner of
the work embraced by this Contract, the Contractor
shall make all needed repairs arising out of defective
workmanship or materials, or both, which in the judg-
ment of the Owner shall become necessary during such
period. If within 10 days after the mailing of a
notice in writing to the Contractor or his agent the
said Contractor shall neglect to make or to undertake
with due diligence the aforesaid repairs, the Owner is
hereby authorized to make such repairs at the Contrac-
tor's expense; provided, however, that in case of an
emergency where, in the judgment of the Owner, delay
would cause serious loss or damage, repairs may be
made without notice being sent to the Contractor, and
the Contractor shall pay the cost thereof.
4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES
4.01 Lines and Grades. All necessary lines and grades
shall be furnished by the Engineer. Whenever neces-
sary, work shall be suspended to permit performance of
this work, but such suspension will be as brief as
practicable, and the Contractor shall be allowed no
extra compensation therefor. The Contractor shall
give the Engineer ample notice of the time and place
where lines and grades will be needed. All stakes,
marks, etc. shall be carefully preserved by the Con-
tractor, and in case of careless destruction or remov-
al by him or his employees such stakes, marks, etc.
shall be replaced by the Engineer at the Contractor's
expense.
4.02 Right of Entry. The Owner reserves the right for its
personnel or its agents to enter the property or loca-
tion on which the work herein contracted are being
constructed or installed for the purpose of supervis-
ing and inspecting the work or for the purpose of con-
structing or installing such collateral work as the
Owner may desire.
4.03 Owner's Inspectors. It is agreed by the Contractor
that the Owner shall appoint such Engineer, supervi-
sors, or inspectors as the said Owner may deem neces-
sary to inspect the material furnished and the work
-14-
done under this Contract, to see that the said mater-
ial is furnished, and to see that said work is done in
accordance with the plans and specifications therefor.
The Contractor shall furnish all reasonable aid and
assistance required by the Engineer, supervisors, or
inspectors for the proper inspection and examination
of the work and all parts thereof. The Contractor
shall regard and comply with the directions and in-
structions of the Engineer, supervisors, or inspectors
so appointed when such directions and instructions are
consistent with the obligations of this Contract.
4.04 Collateral Work. The Owner reserves the right to pro-
vide all labor and material essential to the comple-
tion of work that is not included in this Contract
either by a separate contract or otherwise. Any col-
lateral work shall be prosecuted in such a manner that
it will not damage the Contractor nor delay the pro-
gress of the work being accomplished under this Con-
tract. The respective rights of and operations of the
various interests involved shall be established and
coordinated by the Engineer.
4.05 Right -of -Way. Easements across private property and
lands needed for construction under this Contract will
be provided by the Owner.
4.06 Adequacy of Design. It is agreed that the Owner shall
be responsible for the adequacy of the design, suffi-
ciency of the Contract Documents, the safety of the
structure and practicability of the operations of the
completed project; provided the Contractor has com-
plied with the requirements of the said Contract Docu-
ments, all approved modifications thereof, and addi-
tions and alterations thereto approved in writing by
the Owner. The burden of proof of such compliance
shall be upon the Contractor to show that he has com-
plied with the said requirements of the Contract Docu-
ments, approved modifications thereof and all approved
additions and alterations thereto.
5. SCHEDULING AND PROGRESS OF WORK
5.01 Order and Prosecution of the Work. It is the meaning
and intent of this Contract, unless otherwise herein
specifically provided, that the Contractor shall be
allowed to prosecute his work at such times and sea-
sons in such order of precedence and in such manner as
shall be most conducive to economy of construction;
-15-
provided however, that the order and time of prosecu-
tion shall be such that the work shall be substantial-
ly completed as a whole or in part in accordance with
this Contract within the time of completion hereafter
designated; provided also that the Engineer may direct
the time and manner of constructing any part or parts
of the work when in his opinion such should be given
priority to lessen the probability of danger to the
public or to anticipate seasonal hazards from the ele-
ments or to coordinate with other work being done for
or by the Owner.
5.02 Rate of Progress. The Contractor shall give the Engi-
neer full information in advance as to his plans for
carrying on any part of the work. If at any time
prior to the start or during the progress of the work
any part of the Contractor's plant or equipment or any
of his methods of executing the work appear to the
Engineer to be unsafe, inefficient, or inadequate to
insure the required quality or rate of progress of the
work, the Engineer may order the Contractor to in-
crease or improve his facilities or methods, and the
Contractor shall promptly comply with such orders; but
neither compliance with such orders nor failure of the
Engineer to issue such orders shall relieve the Con-
tractor from his obligation to secure the degree of
safety, the quality of work, and the rate of progress
required by this Contractor. The Contractor alone
shall be responsible for the safety, adequacy, and
efficiency of his plant, equipment, and methods.
5.03 Sunday, Holiday, and Night Work. Except in connection
with the care, maintenance, or protection of equipment
or of work already done, no work shall be done between
the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or
legal holidays without written consent of the Engi-
neer.
5.04 Hindrances and Delays. No claims shall be made by the
Contractor for damages, hindrances, or delays from any
cause during the progress of any portion of the work
embraced by this Contract except where the work is
stopped by order of the Owner. If the Owner stops the
work for just cause because the Contractor is not com-
plying with the plans and specifications or the intent
thereof, the Contractor shall have no claim for dam-
ages, hindrances, or delays. However, if the Owner
stops the work for any other reason, the Contractor
shall be entitled to reimbursement paid by the Owner
for such expenses actually incurred which in the judg-
ment of the Engineer occurred as a result of the work
stoppage.
-16-
Should delays repeatedly occur due to the Contractor's
failure to provide adequate plant, equipment, or per-
sonnel, or where the Engineer determines that unrea-
sonable inconvenience to the public is due to such
failure, the Contractor's operations shall be suspend-
ed until he shall have provided adequate plant, equip-
ment, and personnel to properly resume and continually
prosecute the work.
5.05 Extensions of Time. Should the Contractor be delayed
in the final completion of the work by any act or neg-
lect of the Owner or Engineer, or of any employee of
either, or by any other contractor employed by the
Owner, or by strikes, fire or other cause or causes
outside of and beyond the control of the Contractor
and which the Engineer determines could have been
neither anticipated nor avoided, then an extension of
time sufficient to compensate for the delay as deter-
mined by the Engineer shall be granted by the Owner;
provided, however, that the Contractor shall give the
Owner prompt notice in writing of the cause of delay
in each case. Extensions of time will not be granted
for delays caused by unfavorable weather, unsuitable
ground conditions or inadequate construction force.
5.06 Liquidated Damages for Failure to Complete on Time.
The Contractor agrees that time is of the essence of
this Contract and that the definite value of damages
which would result from delay would be incapable of
ascertainment and uncertain, so that for each day of
delay beyond the number of days herein agreed upon for
the completion of the work herein specified and con-
tracted for, after due allowance for such extension of
time as is provided for under the provisions of the
preceding paragraph, the Owner may withhold permanent-
ly from the Contractor's total compensation, not as a
penalty but as liquidated damages, the sum per day
given in the following schedule:
Amount of Liquidated
Amount of Contract Damages Per Day
Less than $ 5,000.00
$ 5,001.00 to $ 15,000.00
15,001.00 to 25,000.00
25,001.00 to 50,000.00
50,001.00 to 100,000.00
100,001.00 to 500,000.00
500,001.00 to 1,000,000.00
1,000,001.00 to 2,000,000.00
2,000,001.00 to 5,000,000.00
-17-
$ 30.00
35.00
40.00
50.00
70.00
200.00
300.00
400.00
500.00
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
6. INDEMNITY
6.01 Contractor's Indemnity Provision. To protect the
Owner from the Contractor's failure to perform any of
the foregoing duties or any of the terms of this Con-
tract, the Contractor shall indemnity and save harm-
less the Owner and the Owner's agents and employees
from all losses, damages, judgments, decrees, and ex-
penses or costs of any nature whatsoever arising out
of or in anyway connected with any claims or actions
at law or in equity brought against the Owner and the
Owner's agents and employees for the death or injury
to persons or for damage to property caused, or alleg-
edly caused, by any willful acts, negligence, nui-
sance, or breach of any term or condition of this Con-
tract by the Contractor, his agents, servants, subcon-
tractors, or employees. The Contractor shall further-
more indemnify and save harmless the Owner and the
Owner's agents and employees from all demands of sub-
contractors, workers, material persons, or suppliers
of machinery and parts thereof, equipment, power
tools, and supplies incurred in connection with work
to be performed under this Contract. Property of any
description, including property of the Owner, which
shall be damaged in the performance of this Contract
by the Contractor, his agents, employees, subcontrac-
tors or their employees and subcontractors shall be
restored to its condition prior to damage by the Con-
tractor at the Contractor's expense.
6.02 Workmen's Compensation Insurance. The Contractor
agrees to comply with the Workmen's Compensation Act
of the State of Texas, and to pay or cause to be paid
all compensation, medical or other benefits, which may
become due or payable thereunder, and to protect and
indemnify the Owner and the Owner's agents and employ-
ees from and against any and all liabilities by reason
of accidental injury, disease or death sustained by
subcontractor's employees. The Contractor shall fur-
nish the Owner with a certificate from the Industrial
Accident Board evidencing the Contractor's and subcon-
tractors' compliance with said statute.
6.03 Comprehensive General Liability Insurance. The Con-
tractor shall provide and maintain during the life of
this Contract and until all work under said Contract
has been completed and accepted by the Owner, a Com-
prehensive General Liability insurance policy, said
policy and the issuing carrier approved by the Owner,
which specifically insures the contractual liability
-18-
of the Contractor assumed under Paragraph 6.01 above
entitled "Contractor's Indemnity Provision ". The lia-
bility coverage under this policy shall cover Indepen-
dent Contractors. Liability limits for the Comprehen-
sive General Liability insurance coverage under this
policy shall not be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 25,000 each accident
$ 50,000 aggregate
6.04 Owner's Protective Insurance. The Contractor shall
provide and maintain during the life of this Contract
and until all work under said Contract has been com-
pleted and accepted by the Owner, an Owner's and Con-
tractor's Protective Policy which co- insures the Owner
and the Owner's agents and employees with the same
Comprehensive General Liability coverage as described
in 6.03 above entitled "Comprehensive General Liabil-
ity Insurance ".
6.05 Comprehensive Automobile Liability Insurance. The
Contractor shall provide and maintain during the life
of this Contract and until all work under said Con-
tract has been completed and accepted by the Owner, a
Comprehensive Automobile Liability insurance policy,
said policy and issuing carrier approved by the Owner,
covering the operation on or off the site of the work
of all motor vehicles licensed for highway use, whe-
ther they are owned, non - owned, or hired by the Con-
tractor, in which shall specifically insure contrac-
tual liability of the Contractor assumed under the
above Paragraph 6.01 entitled "Contractor's Indemnity
Provision ". The liability limits for the Comprehen-
sive Automobile Liability insurance coverage shall not
be less than the following:
Bodily Injury $100,000 each person
$300,000 each accident
Property Damage $ 50,000 each accident
6.06 Insurance Certificate. In connection with the insur-
ance coverage set out in sections 6.02, 6.03, 6.04,
and 6.05 above, the Contractor shall furnish the Owner
with a certificate verifying said insurance. Said
certificate shall state that the Owner shall be given
10 days advance written notice before any provisions
-19-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
of the policies are changed or in the event said poli-
cies shall be cancelled. This Certificate of Insur-
ance shall be provided to the Owner prior to starting
any construction work in connection with this Con-
tract.
7. TERMINATION OF CONTRACT
7.01 Right of Owner to Terminate. If the Contractor should
be gui ty of substantial violation of the Contract or
any provision thereof, the Owner, upon certification
by the Engineer as to the nature and extent of such
violation, may without prejudice to any other resourc-
es or remedy give the Contractor written notice of
termination of the employment of the Contractor 10
days subsequent to such notice. Immediately following
such date the Owner may take possession of the site of
the work and all material, equipment, tools, and ap-
pliances thereon and may finish the work in accordance
with the provisions of Section 8 "Abandonment of Con-
tract by Contractor ", of these General Conditions.
7.02 Right of Contractor to Terminate. If work should be
stopped by order of any public authority or court
through no act or fault of the Contractor for a period
of three (3) months or if the Owner should substan-
tially fail to perform the provisions of the Contract
with regard to Owner's obligations to the Contractor,
then the Contractor may, upon 10 days written notice
to the Owner, terminate this Contract and recover from
the Owner payment for all completed work.
7.03 Removal of Equipment. In the event that the Contract
should be terminated for any reason whatsoever, the
Owner may request the Contractor in writing to remove
any or all of his equipment, tools, and supplies, and
the Contractor shall comply with the request within 10
days after receipt of the notice. Should he fail to
do so within 10 days after receipt of such notice, the
Owner shall have the right to remove such equipment
and supplies at the expense of the Contractor and to
place such equipment, tools and supplies in storage at
the risk and expense of the Contractor.
8. ABANDONMENT OF CONTRACT BY CONTRACTOR
8.01 Notification of Contractor. If the Contractor should
abandon and fail to refuse to resume work within 10
-20-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
days after written notification from the Owner or the
Engineer or if the Contractor fails to comply with the
orders of the Engineer when such orders are consistent
with this Contract or with the specifications hereto
attached, then the Contractor shall be deemed as hav-
ing abandoned the Contract. In such event the Surety
on the bond shall be notified in writing and directed
to complete the work, and a copy of said notice shall
be delivered to the Contractor.
8.02 Retention of Contractor's Equipment and Materials by
Owner. After receiving said notice of abandonment the
Contractor shall not remove from the work any machin-
ery, equipment, tools, materials, or supplies then on
the job, but the same together with any materials and
equipment under contract for the work may be held for
use on the work by the Owner or the Surety on the per-
formance bond or another contractor in completion of
the work; and the Contractor shall not receive any
rental or credit therefor except when used in connec-
tion with extra work where credit shall be allowed as
provided for under Section 2.12 entitled "Extra Work ",
it being understood that the use of such equipment and
materials will ultimately reduce the cost to complete
the work and will be reflected in the final settle-
ment.
8.03 Methods of Completing the Work. If the Surety should
fail to commence compliance with the notice for com-
pletion hereinbefore provided within 10 days after
service of such notice, then the Owner may provide for
completion of the work in either of the following
elective manners:
a. The Owner may thereupon employ such force of work-
ers and use such machinery, equipment, tools, mat-
erials, and supplies as said Owner may deem neces-
sary to complete the work and charge the expense
of such labor, machinery, equipment, tools, mater-
ials, and supplies to said Contractor, and the ex-
pense so charged shall be deducted and paid by the
Owner out of such monies as may be due or that may
thereafter at any time become due to the Contrac-
tor under and by virtue of this Contract. In case
such expense is less than the sum which would have
been payable under this Contract if the same had
been completed by the Contractor, then said Con-
tractor shall receive the difference. In case
such expense is greater than the sum which would
have been payable under this Contract if the same
-21-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
had been completed by said Contractor, then the
Contractor or his Surety shall pay the amount of
such excess to the Owner.
b. The Owner under sealed bids, after 14 days notice
published two or more times in a newspaper having
a general circulation in the county of location of
the work, may let the contract for the completion
of the work under substantially the same terms and
conditions which are provided in this Contract.
In case of any increase in cost to the Owner under
the new contract as compared to what would have
been the cost under this Contract such increase
shall be charged to the Contractor, and the Surety
shall be and remain bound therefor. However,
should the cost to complete any such new contract
prove to be less than what would have been the
cost to complete under this Contract, the Contrac-
tor or his Surety shall be credited therewith.
8.04 Final Acceptance. When the work has been completed
the Contractor and his Surety shall be so notified and
a Contract Completion Certificate as hereinafter pro-
vided shall be issued. A complete itemized statement
of the Contract accounts certified by the Engineer as
being correct shall then be prepared and delivered to
the Contractor and his Surety, whereupon the Contrac-
tor, his Surety or the Owner, as the - may be,
shall pay the balance due as reflected by said state-
ment within 15 days after the date of such Contract
Completion Certificate.
8.05 Disposition of Contractor's Equipment. In the event
the statement of accounts shows that the cost to com-
plete the work is less than that which would have been
the cost to the Owner had the work been completed by
the Contractor under the terms of this Contract or
when the Contractor or his Surety pay the balance
shown to be due by them to the Owner, then all machin-
ery, equipment, tools, materials, or supplies left on
the site of the work shall be turned over to the Con-
tractor or his Surety. Should the cost to complete
the work exceed the contract price, and the Contractor
or his Surety fail to pay the amount due the Owner
within the time designated hereinabove, and there re-
mains any machinery, equipment, tools, materials, or
supplies on the site of the work, notice thereof to-
gether with an itemized list of such equipment and
materials shall be mailed to the Contractor and his
Surety at the respective addresses designated in this
-22-
Contract; provided, however, that actual written
notice given in any manner will satisfy this condi-
tion. After mailing or other giving of such notice
such property shall be held by the Owner at the risk
of the Contractor and his Surety subject only to the
duty of the Owner to exercise ordinary care to protect
such property. After 15 days from the date of said
notice the Owner may sell such machinery, equipment,
tools, materials, or supplies and apply the net sum
derived from such sale to the credit of the Contractor
and his Surety. Such sale may be made at either pub-
lic or private sale, with or without notice, as the
Owner may elect. The Owner shall release any machin-
ery, equipment, tools, materials, or supplies which
remain on the work and belong to persons other than
the Contractor or his Surety to their proper owners.
9. MEASUREMENT AND PAYMENT
9.01 Character of Measurements. No extra or customary
measurements of any kind will be allowed, but the
actual length, area, solid contents, number, and
weight only shall be considered unless otherwise spe-
cifically provided.
9.02 Estimated vs. Actual Quantities. Any and all estimat-
ed quantities stipulated in the proposal form under
unit price items are approximate and are to be used
only (a) as a basis for estimating the probable cost
of the work and (b) for the purpose of comparing the
proposals submitted for the work. It is understood
and agreed that the actual amounts of work done and
materials furnished under unit price items may differ
from such estimated quantities and that the basis of
payment for such work and materials shall be for the
actual amount of such work done and the actual quan-
tity of materials furnished.
The Contractor agrees that he will make no claim for
damages, anticipated profits, or otherwise on account
of any difference between the amounts of work actually
performed and materials actually furnished and the
amounts estimated therefor in the proposal or other
Contract Documents; provided, however, that if the
actual quantity of any item should become as much as
25 percent more than or 25 percent less than the esti-
mated or contemplated quantity for such items, then
either party to this Contract shall be entitled upon
demand to a revised consideration on the portion of
-23-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
the work above or below 25 percent of the estimated
quantity prior to initiating work or furnishing mater-
ials for the overrun or underrun quantities. Such re-
vised consideration shall be determined by agreement
between the parties or otherwise by the terms of this
Contract as provided under Section 2.12 entitled
"Extra Work ".
9.03 Payment. In consideration of the furnishing of all
the necessary labor, equipment, and material and the
completion of all work by the Contractor, and on the
completion of all work and the delivery of all mater-
ial embraced in this Contract in full conformity with
the specifications and stipulations contained herein,
the Owner agrees to pay the Contractor the amounts set
forth in the Proposal attached hereto which has been
made a part of this Contract. The Contractor hereby
agrees to receive such amounts in full payment for
furnishing all material and all labor required for the
aforesaid work, for all expense incurred by him, and
for well and truly performing the same and the whole
thereof in the manner and according to this Contract,
the attached specifications, and requirements of the
Engineer.
9.04 Monthly Estimates and Payments. On or about the fifth
day of each month the Engineer will make an approxi-
mate estimate of the value of work done in conformity
with the plans and specifications during the previous
calendar month. The Contractor shall furnish to the
Engineer such detailed information as he may request
to aid him as a guide in the preparation of monthly
estimates. After each such estimate shall have been
approved by the Owner, the Owner shall pay to the Con-
tractor 90 percent of the amount of such estimated sum
on or before the 15th day of said month.
It is understood, however, that in case the whole work
is near to completion and some unexpected or unusual
delay occurs due to no fault or neglect on the part of
the Contractor, the Owner may, upon written recommen-
dation of the Engineer, pay a reasonable and equitable
portion of the retained percentage to the Contractor.
9.05 Certificates of Completion. Within 10 days after the
Contractor has given the Engineer notice that the work
has been completed the Engineer shall inspect the work
and satisfy himself by examination and test that the
work has been finally and fully completed in accor-
dance with the plans, specifications and Contract. If
-24-
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
so, the Engineer shall issue a Contract Completion
Certificate to the Owner and the Contractor. Such
certificate when issued shall constitute final accep-
tance of the work covered under this Contract.
9.06 Final Estimate and Payment. After the Contract Com-
pletion Certificate has been issued the Engineer shall
proceed to make final measurements and to prepare a
final estimate of the work done and materials furnish-
ed under this Contract and the value thereof. The
Engineer shall certify the Final Estimate and submit
it to the Owner within five (5) days from the date of
the Contract Completion Certificate.
The Owner shall pay the Contractor within 15 days from
the date of the Contract Completion Certificate the
entire sum shown due on the certified Final Estimate
prepared by the Engineer after deducting all amounts
to be kept and retained under any provision of this
Contract. However, it is to be specifically under-
stood that the final payment will not be paid by the
Owner to the Contractor under any circumstances until
the Notarized Affidavit required by Section 9.07 en-
titled "Notarized Affidavit ", has been submitted to
the Engineer. -
All prior estimates and payments shall be subject to
correction in the final estimate and payment; but in
the absence of error or manifest mistake, it is agreed
that all estimates, when approved by the Owner, shall
be conclusive evidence of the work done and materials
furnished.
9.07 Notarized Affidavit. Before final payment for the
work by the Owner the Contractor shall submit to the
Engineer a notarized affidavit in duplicate stating
under oath that all subcontractors, vendors, and other
persons or firms who have furnished or performed labor
or furnished materials for the work have been fully
paid or satisfactorily secured. Such affidavit shall
bear or be accompanied by a statement, signed by the
Surety Company who provided the performance bond for
the work, to the effect that said Surety Company con-
sents to final payment to the Contractor being made by
the Owner.
9.08 Release of Liability. The acceptance by the Contrac-
tor of the last payment shall operate as and shall be
a release to the Owner and every officer and agent
thereof from all claims and liability hereunder for
anything done or furnished for or relating to the work
or for any act or neglect of the Owner or of any per-
son relating to or affecting the work.
-25-
TECHNICAL SPECIFICATIONS
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 01 - GENERAL Page
01 -01 Scope of Work 1
01 -02 Construction Site 1
01 -03 Backwork 1
01 -04 Grading 1
01 -05 Surface Drainage 2
01 -06 Backfill 2
01 -07 Inspection of Work 2
01 -08 Notification 2
01 -09 Construction Staking 2
01 -10 Testing & Acceptance of Improvements . 3
01 -11 Work in Freezing Weather 3
01 -12 Protection of Trees, Plants & Shrubs 3
01 -13 Barricades 3
01 -14 Property Lines and Monuments 3
01 -15 Disposal of Surplus Material 3
01 -16 Contractor's Use of Premises 3
01 -17 Trade Names 4
01 -18 Materials and Workmanship 4
01 -19 Measurement and Payment 4
SECTION 02 - EARTHWORK
INDEX
TECHNICAL SPECIFICATIONS
02 -01 General 1
02 -02 Clearing and Grubbing 1
02 -03 Protection of Existing Structures &
Utilities 2
02 -04 Maintaining Drainage 2
02 -05 Blasting 3
02 -06 Piling Excavated Material 3
02 -07 Shoring, Sheeting and Bracing 3
02 -08 Seasonal Limits 3
02 -09 Control of Dust 4
02 -10 Barricades, Guards, & Safety Provisions 4
02 -11 Excess Material 4
02 -12 Trench Excavation 4
02 -13 Trench Backfill 6
02 -14 Structural Excavation & Backfill . 8
02 -15 Earthfill Construction 10
02 -16 Measurement and Payment 13
i
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 03 - CONCRETE Page
03 -01 General 1
03 -02 Scope 1
03 -03 Portland Cement 1
03 -04 Aggregates 2
03 -05 Water 3
03 -06 Admixtures 3
03 -07 Proportioning 4
03 -08 Mixing 5
03 -09 Concrete Consistency 5
03 -10 Transit Mixers 7
03 -11 Hand Mixing 8
03 -12 Transporting Batched Materials &
Mixed Concrete 8
03 -13 Steel Reinforcement for Concrete 9
03 -14 Expansion Joint Filler and Joint
Sealants 10
03 -15 Concrete Construction 13
03 -16 Finishing Types 22
03 -17 Openings for Installation of, and
Preparation for, Other Work 25
03 -18 Defective Work 26
03 -19 Tests 26
03 -20 Cleaning 27
03 -21 Measurement and Payment 27
SECTION 04 - PIPING
04 -01 General 1
04 -02 Materials 3
04 -03 Plumbing 6
04 -04 Installation of Pressure Lines 8
04 -05 Installation of Gravity Lines 10
04 -06 Cleaning, Testing and Disinfection . 10
04 -07 Pipe Insulation 12
04 -08 Measurement and Payment 13
SECTION 05 - VALVES, GATES AND APPURTENANCES
05 -01 General 1
05 -02 Valves 2
05 -03 Measurement and Payment 6
ii
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 06 - ELECTRICAL Page
06 -01 Scope 1
06 -02 Applicable Specifications & Standards . 1
06 -03 General Conditions 1
06 -04 Plans and Specifications 1
06 -05 Codes, Permits and Inspections 2
06 -06 Progress and Guarantee 2
06 -07 Cutting; Repairing 2
06 -08 Basic Materials and Methods 3
06 -09 Conduit System 3
06 -10 Conductor 4
06 -11 Electrical Service System 4
06 -12 Grounding System 5
06 -13 Temporary Power 5
06 -14 Electrical Distribution System 5
06 -15 Branch Circuits 6
06 -16 Wiring Devices 6
06 -17 Lighting Fixtures 6
06 -18 Lamps 7
06 -19 Other Systems 7
06 -20 Electrical Power Equipment 7
06 -21 Electric Motors 9
06 -22 Shop Drawings 9
06 -23 Equipment Finish 9
06 -24 Guarantee 10
06 -25 Heating Equipment 10
06 -26 Measurement and Payment 10
SECTION 07 - PAINTING AND PROTECTIVE COATINGS
07 -01 General 1
07 -02 Scope of Work 1
07 -03 Preparation of Surface 2
07 -04 Painting Schedule 3
07 -05 Application of Paint 4
07 -06 Workmanship 6
07 -07 Protection of Work 6
07 -08 Measurement and Payment 6
SECTION 08 - SHOP DRAWINGS
08 -01 General
08 -02 Measurement and Payment
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 09 - FENCING
09 -01 General 1
09 -02 Chain Link Fence 1
09 -03 Measurement and Payment 4
SECTION 10 - ASPHALT CONCRETE PAVEMENT CONSTRUCTION
10 -01 Scope of Work 1
10 -02 Governing Technical Specifications . • • 1
10 -03 Measurement and Payment 1
SECTION 11 - BELT FILTER PRESS DEWATERING SYSTEM
11 -01 Scope of the Work 1
11 -02 Belt Filter Press 3
11 -03 Design 3
11 -04 K -S Kompress Electrical Control Panel . 9
11 -05 Air Compressor 11
11 -06 Polymer Feed System 11
11 -07 Polymer System Equipment 12
11 -08 Spare Parts 13
11 -09 Painting 14
11 -10 Start -Up and Supplies 14
11 -11 Belt Wash Pump 15
11 -12 Sludge Pump 15
11 -13 Cake Discharge 15
11 -14 Measurement and Payment 16
SECTION 12 - INSTALLATION OF SLUDGE PUMPS
AT EXISTING PLANT LIFT STATION
12 -01 General 1
12 -02 Pump and Motor 1
12 -03 Mounting 2
12 -04 Piping 2
12 -05 Electrical Control Panel 2
12 -06 Level Control 2
12 -07 Painting 2
12 -08 Magnetic Flow Meter 2
12 -09 Measurement and Payment 2
SECTION 13 - MODIFICATION TO SEWAGE TREATMENT PLANT
13 -01 Access Bridge 1
13 -02 Area Drain 2
13 -03 Pump Screen Box 2
13 -04 Roof Addition to Existing Chlorine
Tank Storage Area 3
13 -05 Additional Wall at Splitter Box 3
13 -06 Measurement and Payment 3
iv
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 14 - METAL TREATMENT PLANT BUILDING Page
14 -01 General 1
14 -02 Reinforced Concrete Foundation 1
14 -03 Steel 1
14 -04 Site Work 1
14 -05 Floor Slab 2
14 -06 Building 2
14 -07 Metal Building Accessories 5
14 -08 Belt Press Room Interiors 7
14 -09 Insulation 8
14 -10 Lighting 8
14 -11 Electrical Work 8
14 -12 Plumbing 8
14 -13 Exposed Metal Painting 8
14 -14 Clean -Up 9
14 -15 Measurement and Payment 9
SECTION 15 - CONVEYOR
15 -01 General 1
15 -02 Conveyor Belts 1
15 -03 Tracks and Supports 2
15 -04 Drive Unit 2
15 -05 Belt Scraper 2
15 -06 Spare Parts 2
15 -07 Fabrication and Installation 2
15 -08 Field Service 2
15 -09 Measurement and Payment 3
v
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 01 - GENERAL
01 -01 SCOPE OF WORE
The work covered by these Specifications consists of
furnishing all labor, equipment, appliances, mater-
ials and performing all operations in connection
with the construction of a water treatment plant,
plant equipment, control building, excavation, in-
stallation of pipe lines, related appurtenances and
the backfilling, testing and compaction of trenches
complete in accordance with the Plans, and subject
to the terms and conditions of the Contract Docu-
ments.
01 -02 CONSTRUCTION SITE
During construction, the Contractor shall keep the
site free and clean from all rubbish and debris and
shall clean -up the site promptly when notified to do
so by the Engineer.
The Contractor shall, at his own expense, maintain
the street free from dust, mud, excess earth or de-
bris which constitutes a nuisance or danger to the
public using the thoroughfare, or the occupants of
adjacent properties.
Care shall be taken to prevent spillage on streets
over which hauling is done, and any such spillage or
debris deposited on streets, due to the Contractor's
operations, shall be immediately removed.
01 -03 BACKWORK
The Contractor shall coordinate his operations in
such a manner as to prevent the amount of clean -up
and completion of back works from becoming exces-
sive. Should such a condition be existent, the
Engineer may order all or portions of the work to
cease and refuse to allow any work to commence until
the back work is done to the Engineer's satisfac-
tion.
01 -04 GRADING
The Contractor shall do such grading in the area
adjacent to backfilled trenches and structures as
may be necessary to leave the area in a neat and
satisfactory condition approved by the Engineer.
01 -1/4 3/83
01 -05 SURFACE DRAINAGE
All grading in the vicinity of trench excavation
shall be controlled to prevent surface water from
flowing into the trenches. Any water accumulated in
the trenches shall be removed by pumping or by other
approved methods.
01 -06 BACKFILL
During excavation, material suitable for backfilling
shall be piled in an orderly manner, a sufficient
distance back from the edges of trenches, to avoid
overloading and to prevent slides or cave -ins..
Materials unsuitable for backfilling shall be hauled
from the job site and disposed of by the Contrac-
tor.
Where the Plans and /or Special Provisions provide
for segregation of top soil from underlying material
for purposes of backfill, the materials shall not be
mixed.
01 -07 INSPECTION OF WORE
The work covered under this Contract shall be in-
spected by the Engineer or the Owner's authorized
representative. The quality of material and the
quality of installation of pipe and related equip-
ment shall be to the satisfaction of the Inspector.
It shall be the Contractor's responsibility for the
construction methods and safety precautions in the
undertaking of this Contract.
01 -08 NOTIFICATION
The Engineer must be notified a minimum of 24 -hours
in advance of beginning construction.
01 -09 CONSTRUCTION STAKING
The Engineer will provide reference hubs and bench
marks at the Booster Pump Station site.
The Contractor shall provide his own construction
staking.
01 -2/4 3/83
01 -10 TESTING AND ACCEPTANCE OF IMPROVEMENTS
The Engineer or his representative will be present
at the testing of water and sewer lines. The Con-
tractor will test all lines and be confident that
the lines will be able to pass test prior to calling
the Engineer to observe test. No lines will be ac-
cepted by the Owner without the Engineer observing
the test and certifying to the lines passing the
pressure tests as specified herein.
01 -11 WORK IN FREEZING WEATHER
Portions of the work may continue as directed by the
Engineer.
01 -12 PROTECTION OF TREES, PLANTS AND SHRUBS
The Contractor shall take necessary precautions to
preserve all existing trees, plants and shrubs but
where it is justifiable and necessary, the Contrac-
tor may remove trees and plants for construction
right -of -way but only with prior approval of the
Engineer.
01 -13 BARRICADES
Barricades shall be installed, in locations deemed
necessary by the Engineer, for the protection of
life and property. Under no circumstances will any
existing road be permitted to remain closed over a
weekend.
01 -14 PROPERTY LINES AND MONUMENTS
The Contractor shall be responsible for the protec-
tion, reference and resetting of property corner
monuments if disturbed.
01 -15 DISPOSAL OF SURPLUS MATERIAL
The Contractor shall at his own expense make ar-
rangement for the disposal of surplus material, such
as rock, trees, brush and other unwanted backfill
materials.
01 -16 CONTRACTOR'S USE OF PREMISES
The Contractor shall, at his own expense, provide
additional space as necessary for his operations and
storage of materials.
01 -3/4 3/83
01 -17 TRADE NAMES
Except as specified otherwise, wherever in the
Specifications an article or class of material is
designated by a trade name or by the name or catalog
number of any maker, patentee, manufacturer, or
dealer, such designations shall be taken as intend-
ing to mean and specify the articles described or
another equal thereto in quality, finish, and ser-
viceability for the purpose intended, as may be
determined and judged by the Engineer in his sole
discretion.
01 -18 MATERIALS AND WORKMANSHIP
No material which has been used by the Contractor
for any temporary purpose whatever is to be incor-
porated in the permanent structure without written
consent of the Engineer. Where materials or equip-
ment are specified by a trade or brand name, it is
not the intention of the Owner to discriminate
against an equal product of another manufacturer,
but rather to set a definite standard of quality for
performance, and to establish an equal basis for the
evaluation of bids. Where the words "equivalent ",
"proper ", or "equal to are used, they shall be
understood to mean that the item referred to shall
be proper, the equivalent of, or equal to some other
item, in the opinion or judgment of the Engineer.
Unless otherwise specified, all materials shall be
the best of their respective kinds and shall be in
all cases fully equal to approved samples. Notwith-
standing that the words "or equal to" or other such
expressions may be used in the specifications in
connection with a material, manufactured article or
process, the material, article or prices specifical-
ly designated shall be used, unless a substitute
shall be approved in writing by the Engineer, and
the Engineer shall have right to require the use of
such specifically designated material, article or
process.
01 -19 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
item. Include cost of same in contract price bid
for items of which this work is a component.
01 -4/4 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 02 - EARTHWORK
02 -01 GENERAL
Earthwork shall consist of clearing, grubbing,
loosening, blasting, rock excavation, removing,
transporting, depositing, compacting, trenching,
backfilling in final location all materials, wet or
dry as required for construction; together with
furnishing, placing and removing of all sheeting
and bracing; and all pumping and draining of exca-
vation.
02 -02 CLEARING AND GRUBBING
02 -02.1 General
This work shall consist of removing all natural and
artificial objectionable material from the right -
of -way, construction areas and such other areas as
may be specified. Clearing and grubbing shall be
performed in advance of grading operations and in
accordance with the requirements herein specified,
subject to erosion control requirements. Demoli-
tion of buildings and structures, other than foun-
dations or slabs, shall be as specified on the
plans.
02 -02.2 Preservation of Property
Existing improvements, adjacent property, utility
and other facilities, and trees and plants are not
to be removed, and shall be protected from injury
or damage resulting from the Contractor's opera-
tions.
02 -02.3 Clearing and Grubbing Operations
Unless otherwise specified, the entire area of the
project to the widths specified below shall be
cleared and grubbed. No payment will be made to
the Contractor for clearing and grubbing outside
these limits, unless such work is authorized by the
Engineer.
The area above the natural ground surface shall be
cleared of all vegetable growth, such as trees,
logs, upturned stumps, roots of downed trees,
brush, grass, weeds, and all other objectionable
material, within the limits of the roadways and
yard area.
02 -1/13 3/83
Trees and plants that are not to be removed shall
be fully protected from injury by the Contractor at
his expense.
02 -03 PROTECTION OF EXISTING STRUCTURES AND UTILITIES
Existing power and telephone lines, trees, fences,
pipelines or other conduits, and structures in the
vicinity of the work shall be supported and pro-
tected from injury by the Contractor during the
construction and until the completion of the work.
The Contractor shall be liable for all damages to
such structures, as herein provided, and shall save
and keep the Owner harmless from any liability or
expense for injuries, damages, or repairs to same.
A thorough attempt has been made to show the type,
size, location and number of all utilities, how-
ever, no guarantee is made as to the location and
number of utilities. The Contractor shall repair,
in a manner satisfactory to the Engineer, all util-
ities damaged in the progress of his work. The
Contractor shall notify all owners of utilities
prior to commencement of and sufficiently in ad-
vance to have the utilities mark the location of
their facilities. The Contractor shall be prepared
at all times with labor, equipment, and materials
to make repairs to damaged mains or utilities.
02 -04 MAINTAINING DRAINAGE
The Contractor shall provide and maintain temporary
drainage for all excavations, drains, ditches,
trenches, and structures. The Contractor shall
keep the excavations dry through the construction
operations. Whenever necessary, in order to pro-
vide proper drainage, the Contractor shall, at his
own expense, install underdrains, furnish and ope-
rate all necessary pumping equipment, drainage
sumps, wellpoint systems and other drainage facil-
ities.
The Contractor shall dispose of the water from the
work into a drainage channel without damage to ad-
jacent property and in such a manner as not to be a
menace to the public health. No water shall be
drained into completed work or work under construc-
tion without prior consent of the Engineer.
02 -2/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The Contractor shall provide, without additional
compensation, suitable temporary channels or other
work for the water that may flow along or across
the site of the work.
02 -05 BLASTING
Blasting for excavation will be permitted only
after securing the approval of the Engineer and
only when proper precautions are taken for the pro-
tection of persons and property. The hours of
blasting will be fixed by the Engineer. Any damage
caused by blasting shall be repaired by the Con-
tractor at his expense.
The Contractor shall carry proper and adequate
blasting insurance. The Contractor's methods of
procedure in blasting shall conform to federal,
state, and local laws.
02 -06 PILING EXCAVATED MATERIAL
All excavated material shall be piled in a manner
that will not endanger the work and that will avoid
obstructing roads and driveways. Hydrants under
pressure, valve pit covers, valve boxes, curb stop
boxes, fire and police call boxes, or other utility
controls shall be left unobstructed and accessible
until the work is completed. Gutters shall be kept
clear or other satisfactory provisions made for
street drainage. Natural watercourses shall not be
obstructed.
02 -07 SHORING, SHEETING AND BRACING
Where necessary, trenches and other excavations
shall be properly sheeted and braced to furnish
acceptable working conditions. The bracing shall
comply in all respects to the rules, orders, and
regulations prescribed by federal, state and local
laws. When required by law, the Contractor shall
submit to the Engineer detailed drawings of propos-
ed bracing.
02 -08 SEASONAL LIMITS
No fill material shall be placed, spread, or com-
pacted during unfavorable weather conditions. When
the work is interrupted by snow or rain, filling
operations shall not be resumed until field tests
02 -3/13 3/83
by the Engineer indicate that the moisture content
and density of the fill are as specified.
02 -09 CONTROL OF DUST
The Contractor shall, at all times, keep the con-
struction area watered or swept of all loose mater-
ial produced by his operations in order that traf-
fic and construction do not raise an objectionable
amount of dust. When conditions warrant, the Con-
tractor shall apply a suitable dust palliative to
control dust.
02 -10 BARRICADES, GUARDS, AND SAFETY PROVISIONS
To protect persons from injury and to avoid proper-
ty damage, adequate barricades, construction signs,
torches, red lanterns, and guards, as required,
will be placed and maintained during the construc-
tion. All material piles, equipment, and pipe
which may serve as obstructions to traffic shall be
enclosed by fences or barricades and shall be pro-
tected by proper lights when the visibility is
poor. The rules and regulations of the local
authorities respecting safety provisions shall be
observed.
02 -11 EXCESS MATERIAL
Excess excavation material shall be promptly remov-
ed and disposed of on the site by the Contractor as
directed by the Engineer. The Contractor shall not
dump material on any private property without the
written permission of the Owner thereof.
02 -12 TRENCH EXCAVATION
02 -12.1 Trenching
Trenches shall be of such extra width, when requir-
ed, as will permit the convenient placing of timber
supports, sheeting and bracing, and handling of
specials. All excavations for pipes shall be of a
depth to permit at least a thirty inch (30 ") cover-
ing over the pipe unless otherwise shown. All
trenches shall have vertical sides from the bottom
to a point at least twelve inches (12 ") above the
top of the pipe. Above this point in unstable
ground, with the written consent of the Engineer,
the trench banks may be sloped as directed.
02 -4/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Bell holes shall be provided at each joint to per-
mit the jointing to be made properly, unless other-
wise approved by the Engineer.
The bottom of trench must be free from loose mater-
ial before placing the subgrade material. Whenever
the maximum allowable trench width is exceeded for
any reason, the Contractor shall, at his expense,
embed or cradle the pipe in concrete in a manner
satisfactory to the Engineer.
02 -12.2 Pipe Clearance in Rock
Ledge rocks, boulders, and large stones shall be
removed to provide a clearance of not less than six
inches (6 ") below and on each side of all pipe,
valves, and fittings.
02 -12.3 Excavation in Poor Soil and Refilling to Grade
Where the bottom of the trench at subgrade is found
to be unstable or to include ashes, cinders, any
type of refuse, vegetable or other organic mater-
ial, or large pieces of fragments or inorganic
material which, in the judgment of the Engineer are
unsuitable, the Contractor shall excavate and re-
move such unsuitable material to the width and
depth ordered by the Engineer. Before the pipe is
laid, the subgrade shall be made by backfilling as
provided herein.
Payment for over excavation and refilling to grade
will be made in accordance with the General Condi-
tions. Unsuitable excavation shall be removed from
the project.
02 -12.4 Braced and Sheeted Trenches
Open -cut trenches shall be sheeted and braced as
required by applicable regulations, and as may be
necessary to protect life, limb, property, or the
work. When close sheeting is required by trench
conditions, it shall be so driven as to prevent ad-
jacent soil from entering the trench below or
through such sheeting. Where sheeting and bracing
are used, the trench width shall be increased ac-
cordingly.
The Engineer reserves the right to order the sheet-
ing driven to the full depth of the trench or to
02 -5/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
such additional depths which are required for the
protection of the work. Where the soil in the
lower limits of a trench has the necessary stabil-
ity, the Engineer, at his discretion, may permit
the Contractor to stop the driving of sheeting at
some designated elevation above the trench bottom.
Any sheeting driven below the invert grade shall be
left in place. The granting of such permission by
the Engineer, however, shall not relieve the Con-
tractor in any degree from his full responsibility
under the Contract.
Sheeting and bracing which are left in place must
be removed for a distance of three feet (3') below
the established finished grade or the existing sur-
face, whichever is lower. Trench bracing, except
that which must be left in place, may be removed
when the backfilling has reached the respective
levels of such bracing. Sheeting, except that
which must be left in place, must be removed after
the backfilling has been completed or has been
brought up to such an elevation as to permit its
safe removal. Sheeting and bracing may be removed
before backfilling but only in such manner as will
insure the adequate protection of the adjacent
structures.
02 -13 TRENCH BACKFILL
02 -13.1 General
Pipeline trenches shall be backfilled with desig-
nated materials to the level of the original ground
surface, to the underside of the ground base
course, to the finished grade, or as shown on the
drawings. Before backfilling, the trench shall be
cleared of all timber and debris. Backfill shall
be compacted to 85% relative density except as
otherwise provided herein.
It is highly important that a dense, well- compacted
backfill be placed around the pipelines. The Con-
tractor will be required to produce such a backfill
under all circumstances. The materials used for
the backfill, the amount thereof, and the manner of
deposition shall be subject to the approval of the
Engineer, but the Contractor will be held respons-
ible for any displacement or instability of the
pipeline or any damage to the coating caused by im-
proper installation of backfill materials. No
02 -6/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
material shall be used for trench backfill, which,
for any reason cannot be compacted to the degree
specified.
For these specifications, backfill shall be divided
into two (2) categories: Bedding and Upper Zone
Backfill. Bedding shall be defined as that mater-
ial supporting and extending to one foot (1') above
the top of the pipe. Where concrete is specified
to cover the pipe, the top of the concrete shall be
considered as the top of the bedding. Upper zone
backfill shall be defined as that material placed
in the trench from the top of the bedding to the
upper limit of backfill required.
02 -13.2 Bedding
In soft, spongy, unstable, or other similar mater-
ial is encountered upon which the bedding material
or pipe is to be placed, this unsuitable material
shall be removed to a depth ordered by the Engineer
and replaced with bedding material suitably densi-
fied. Additional bedding so ordered, over the
above amount required by the plans or specifica-
tions, will be paid for as provided in the General
Conditions. If the necessity for such additional
bedding materials has been caused by an act or
failure to act on the part of the Contractor, or is
required for the control of ground water, the Con-
tractor shall bear the expense of the additional
excavation and bedding.
Bedding material shall first be placed so that the
pipe is supported for the full length of the barrel
with full bearing on the bottom segment of the pipe
equal to a minimum of 0.4 of the outside diameter
of the barrel. Then the remainder of the bedding
shall be placed. Alternate methods of pipe laying
which are recommended by the pipe manufacturer may
be used if approved by the Engineer.
Refer to "Pipe Bedding" detail at end of these
specifications.
The pipe bedding over the top of the pipe shall be
compacted to 90 percent relative compaction unless
otherwise shown on the drawings.
02 -7/13 3/83
1
1
1
1
1
1
I
1
1
1
1
1
1
1
1
1
1
1
1
02 -13.3 Upper Level Backfill
Backfill material for the upper level backfill zone
of the pipe trench shall be native material com-
pacted to 85 percent relative compaction.
In roadway or parking areas, all backfill shall be
compacted to 90 percent relative compaction.
Jetting (water consolidation of backfill) shall be
used only when approved by the Engineer. The jet
pipe shall be not less than one and one -half
(1 -1/2) inches in diameter and shall extend to
within fifteen inches (15 ") of the top of the pipe
during jetting of backfill over pipe. The source
of water for jetting shall be a water tank with a
pressure of sixty pounds (60) per square inch. All
"bridges" shall be completely broken down during
the jetting process. Jet points along the line of
the ditch shall be staggered from side to side at
intervals not to exceed six feet (6') center to
center or as necessary so that the backfill takes
full possible subsidence while water is being in-
troduced into it through the jet pipe. If the com-
paction requirements specified above are not met
within 60 calendar days after jetting the backfill,
the trench shall be re- excavated. Backfill mater-
ial shall then be compacted by tamping and /or roll-
ing until the compaction requirements are satis-
fied.
Backfill must have no rocks larger than 5" in its
greatest dimension.
02 -14 STRUCTURAL EXCAVATION AND BACKFILL
02 -14.1 Excavation
The Contractor may employ any method of excavation
that he desires which, in his experience, he con-
siders to be the best, providing it meets with the
approval of the Engineer. The ground shall not be
dug by machinery nearer than three inches (3 ") of
any finished subgrade without the express consent
and approval of the Engineer. The last three inch-
es (3 ") shall be removed by such methods acceptable
to the Engineer, and shall not disturb or weaken
any subgrade for foundation purposes.
02 -8/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Excavations for footing, floor slabs, and other
structures shall be carried to the neat outside
lines of such structures, as shown on the drawings,
plus one inch (1 ") in all horizontal directions,
and the concrete to be poured therein shall be
placed on or against the original undisturbed
material whenever such a procedure is reasonably
possible and expedient.
If this is not possible, the earth on which the
concrete is to be poured shall be compacted to a
uniform density of not less than ninety percent
(90%) of the maximum density.
Excavations for walls, where forms are used, shall
extend a sufficient distance to allow for placing
and removal of forms, installations of services,
and inspection of work.
Structure excavation carried beyond or below the
lines and grades indicated on the drawings shall be
refilled with approved materials and compacted as
directed by the Engineer at the expense of the Con-
tractor, except that under footings, concrete shall
be used.
02 -14.2 Backfilling
All lumber, rubbish and braces shall be carefully
removed from excavations. Unless otherwise speci-
fied, all excavations shall then be backfilled with
imported material up to the original surface of the
ground, or to such grades as shall be directed.
The backfilling shall be done as completely as pos-
sible in such manner as to prevent after- settle-
ment.
No backfill shall be placed against concrete walls
until the walls have been inspected and approved by
the Engineer. Shoring and sheeting shall be care-
fully and completely removed as the backfilling
progresses, unless otherwise authorized by the
Engineer. Where sheeting is left in place, all
cavities behind such sheeting shall be solidly
filled.
Aggregate under floor slabs, as called for on the
drawings, shall meet the following specifications
and be compacted to 90 percent of the maximum den-
sity.
02 -9/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Sieve Size Percentage Passing Sieve
1" 100
3/4" 90 -100
No. 4 0- 10
Backfill material shall be placed in horizontal,
uniform layers not exceeding eight inches (8 ") in
thickness before compaction, and shall be brought
up uniformly on all sides of the structure or
facility. Each layer of backfill shall be compact-
ed to a relative compaction of not less than 90
percent.
Consolidation of structure backfill by ponding and
jetting will be permitted when as determined by the
Engineer, the backfill material is of such charac-
ter that it will be self- draining when compacted
and that foundation materials will not soften or be
otherwise damaged by the applied water, and no
damage to the structure from hydrostatic pressure
will result. When ponding and jetting is permit-
ted, material for use as structure backfill shall
be placed and compacted in layers not exceeding
four feet (4') in thickness. The work shall be
performed without damage to the structure or soft-
ening of the embankment and in such a manner that
excess water will not be impounded. Ponding and
jetting methods shall be supplemented by the use of
vibratory or other consolidation equipment when
necessary to obtain the required consolidation.
Backfill material shall be native material provided
that no material larger than three inches (3 ") in
greatest dimension shall be used.
02 -15 EARTBFILL CONSTRUCTION
02 -15.1 General
Earth fill construction shall consist of construct-
ing embankments, including the preparation of the
areas upon which they are to be placed; buttress
fills, dikes; the placing and compacting of approv-
ed material within areas where unsuitable material
in holes, pits and other depressions.
Areas over which fills are to be placed shall be
cleared and scarified to provide a bond between the
existing ground and the material to be deposited
thereon. When fills are to be placed over existing
02 -10/13 3/83
surface improvements which are to remain in place,
such clearing and scarifying will not be required.
When fill is to be made and compacted on hillsides
or where new fill is to be compacted against exist-
ing fill or where embankment is built one -half
width at a time, the slopes or original hillsides
and old or new fills shall be benched a minimum of
four feet (4') horizontally as the fill is placed.
A new bench shall be started where the vertical cut
for the next lower bench intersects the existing
ground.
Material thus cut out shall be recompacted along
with the new embankment material at the Contrac-
tor's expense.
Clods or hard lumps of earth of six inches (6 ") in
greatest dimension shall be broken up before com-
pacting the material in embankment, with the fol-
lowing exception:
When the fill material contains large rocks, boul-
ders, or hard lumps (such as hardpan or cemented
gravel which cannot be broken readily) over twelve
inches (12 ") in greatest dimension, such materials
may be incorporated in the fill only when authoriz-
ed by the Engineer with respect to the acceptabil-
ity of the material, the location and depth of its
placement in the fill, and the method to be used.
Embankments shall not be constructed when material
is frozen or a blanket of snow prevents proper com-
paction.
02 -15.2 Compacting
Fill shall be constructed in compacted layers of
uniform thickness and each layer shall be compacted
in accordance with the requirements herein speci-
fied with the following exception:
Where fills are to be constructed across low, swam-
py ground which will not support the weight of
hauling equipment, the lower part of the embankment
may be constructed by dumping successive loads in a
uniformly distributed layer of a thickness not
greater than that necessary to support the equip-
ment while placing subsequent layers. The remain-
der of the embankment shall be constructed in lay-
ers and compacted as specified.
02 -11/13 3/83
The construction of dikes, the placing and compact-
ing of approved material where unsuitable material
has been removed, and the filling of holes, pits
and other depressions, shall conform to all of the
requirements specified herein for compacting fills.
Trenches, holes, depressions and pits outside of
areas where fills are to be constructed shall be
graded to provide a presentable and well- drained
area.
Embankments shall be constructed so that each layer
shall have a cross fall of at least two percent
(2%) but no more than five percent (5%).
The loose thickness of each lift of fill material
shall not exceed that which will provide the speci-
fied relative compaction through the full depth of
the lift by the specific compaction equipment being
utilized. Each lift shall be compacted in accor-
dance with the following requirements to a relative
compaction of not less than 85%.
The interstices around the rock in each layer shall
be filled with earth or other fine material and
compacted. Broken portland cement concrete and
bituminous type pavement obtained from the project
excavations will be permitted in the fill with the
following limitations:
1. The maximum dimension of any piece used
shall be six inches.
2. Pieces larger than four inches (4 ") shall
not be placed within twelve inches (12 ") of
any structure.
3. Pieces larger than three inches (3 ") shall
not be placed within twelve inches (12 ") of
the finished surface.
4. "Nesting" of pieces will not be permitted.
At locations where it would be impractical to use
mobil power compacting equipment, fill layers shall
be compacted to the specified requirements by any
approved method that will obtain the specified re-
lative compaction.
At the time of compaction, the moisture content of
fill material shall be such that the specified
relative compaction will be obtained and the fill
will be firm, hard and unyielding. Fill material
which contains excessive moisture shall not be
02 -12/13 3/83
compacted until the material is dry enough to obtain
the required relative compaction. Full compensation
for any additional work involved in drying fill
material to the required moisture content shall be
considered as included in the contract price paid
and no additional compensation will be allowed
therefor.
02 -16 MEASUREMENT OF PAYMENT
No separate payment for work performed under this
Item. Include cost of same in Contract prices bid
for item of which this work is a component part.
02 -13/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 03 - CONCRETE
03 -01 GENERAL
03 -02 SCOPE
Concrete consisting of portland cement, concrete ag-
gregate, sand and water will be designated by a sym-
bol consisting of a number, a letter and a number.
The first number will be the number of sacks of
cement per cubic yard, and the last number the com-
pressive strength at 28 days expressed in pounds per
square inch. A sack of cement shall be defined as
94 pounds. The concrete shall be 6.0 -4000 unless
otherwise specified. Compressive strength tests
where specified herein, shall be performed in accor-
dance with ASTM C -39.
The Contractor shall be responsible for providing
the mix design to the Engineer for approval.
This section of the specifications shall include all
labor and materials to construct all concrete work
as shown on drawings, herein specified, or both in-
cluding the following:
All footings, slabs, floors, walls, beams, supports,
walks, pedestals, curbs, vaults and other concrete
items, complete with metal reinforcement.
All concrete finishes and textures.
All formwork, formwork supports, formwork coatings
and soaking, screens and levels required, and form-
work removal.
Installing all inserts, grounds, dowels, blocks,
sleeves and anchors, and safety threads as shown
and /or specified in this or other sections.
Slab waterproofing.
03 -03 PORTLAND CEMENT
All cement to be used or furnished shall be Type I,
portland cement, conforming to ASTM C -150 unless
otherwise specified. The Contractor shall furnish a
certificate of compliance signed by the manufacturer
identifying the cement and stating that the cement
delivered conforms to ASTM C -150.
03 -1/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
03 -05 WATER
Whenever suitable facilities, approved by the Engi-
neer, are available for handling and weighing bulk
cement, such facilities shall be used. Otherwise,
the cement shall be delivered in original unopened
sacks that have been filled by the manufacturer.
They shall be plainly marked with the manufacturer's
name or brand and cement type. Each sack shall con-
tain 94 pounds of cement.
Cement shall be stored in such a manner as to permit
ready access for the purpose of inspection and sam-
pling, and suitably protected against contamination
or moisture. Should any cement show evidence of
contamination, or be otherwise unsuitable, it shall
not be used.
All portland cement used in concrete for any indivi-
dual structure shall be of the same brand and type
unless otherwise approved by the Engineer.
03 -04 AGGREGATES
Aggregates shall be sand and concrete aggregates
conforming to the requirements prescribed in ASTM
C -33 coarse aggregate gradation size number 467, and
shall be approved by the Engineer prior to use.
They shall meet the grading requirements of this
subsection.
Methods of handling materials resulting in segrega-
tion, degradation or the combining of materials
which result in any stockpile failing to meet speci-
fications, shall not be permitted.
Aggregates which are found to have a silica - released
to alkali- reduced ratio greater than one, when test-
ed in accordance with ASTM C289, may be used only
when approved by the Engineer and provided low -
alkali cement is used.
Water used for concrete shall be clear and free from
oil, vegetable matter and other deleterious substan-
ces. Water shall not contain an amount of impurities
that will cause a change in the time of setting of
portland cement of more than 25 percent nor a reduc-
tion in the compressive strength of mortar at four-
teen days of more than 5 percent compared to results
obtained with distilled water.
03 -2/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
In conventionally reinforced concrete work, water
shall not contain more than 1,000 ppm of chlorides
calculated as Cl, nor more than 1,000 ppm of sul-
fates calculated as SO4.
In non - reinforced concrete work, water shall not
contain more than 2,000 ppm of chlorides calculated
as Cl, no more than 1,500 ppm of sulfates calculated
as SO4..
03 -06 ADMIXTURES
Air entrainment shall be required on exposed plant
walls or as directed by the Engineer. The air con-
tent shall not be less than 3% nor more than 6%.
Admixture shall conform to ASTM C -260. Test shall
be conducted in accordance with C -231, 233 or 173.
Water reducer -set retarder admixture shall be used
when average daily mean temperature is 75 ° F. or more
per ASTM C -494.
No other admixtures of any type shall be used unless
authorized by the Engineer. When an admixture is
permitted or specified, it shall be measured accu-
rately into each batch or load in liquid form by a
mechanical dispensing device and method approved by
the Engineer.
03 -07 PROPORTIONING
Aggregates and cement shall be proportioned by
weight.
Proportioning shall consist of combining the aggre-
gates, each stored in a separate bin in the various
gradations prescribed, with cement and water. Weigh
hoppers shall be charged from bins located directly
over them or from conveyor belts. When conveyor
belts are used, there shall be a separate belt for
each size aggregate. There shall be an approved
moisture meter installed to indicate the moisture in
the sand.
Bulk cement shall be weighed in an individual hopper
and shall be kept separate from the aggregates until
the batch ingredients are discharged into the mixer
drum. The cement hopper shall be attached to a
separate scale for individual weighing.
03 -3/27 3/83
1
1
1
1
1
1
1
1
1
1
1�
1
1
1
1
1
1
1
1
The amount of water to be added to the mixture shall
be measured and discharged rapidly into the mixing
drum through a valve with a positive cut -off. When
water is measured by weight it shall be weighed on a
separate scale.
All weighing or metering devices, except moisture
meters, used for proportioning materials shall be
accurate to within one percent. They shall be seal-
ed and certified by the recognized, legal Sealer of
Weights and Measures. These certifications shall be
dated within the past 12 months and shall be renewed
whenever required by the Engineer. The moisture
meter shall be accurate to within 1/2 of one percent
moisture. Whenever portable bunkers are set up at a
new location, the scale assemblies shall be inspect-
ed and certified regardless of the date the scales
were last tested.
Scales utilized in proportioning shall be either
springless dial or multiple beam type. Scale gradu-
ations shall be no greater than the following:
Aggregate Scales
Cement Scales
Water Scales
25 lbs.
5 lbs.
5 lbs.
All scales shall be of such size and so arranged
that they may be read easily from the operator's
platform. if a multiple beam type scale is used,
the scale shall be provided with an indicator oper-
ated by the main beam which will give positive visi-
ble evidence of over or under weight. The indicator
shall be so designed that it will operate during the
addition of the last 400 pounds of any weighing.
The over travel of the indicator hand shall be at
least one -third of the loading travel. Indicators
shall be enclosed against moisture and dust.
Weighing equipment shall be insulated against vibra-
tion and movement of other operating equipment in
the plant. When the entire plant is running, the
scale reading at cut -off shall not vary from the
weight designated by the Engineer by more than one
percent (1%) for cement, one percent (1%) for water,
one and one -half percent (1 -1/2%) for any size of
aggregate, nor one percent (1 %) for the total aggre-
gate in any batch.
03 -4/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
03 -08 MIXING
Machine mixing will be required in all cases other
than those in which it would obviously prove to be
impractical, in which event hand mixing will be per-
mitted. Mixing shall be commenced as soon as possi-
ble after the cement is placed in contact with the
aggregates, but in no event shall the intervening
period exceed 30 minutes.
All concrete mixers shall be of such design and con-
struction and so operated as to provide a thoroughly
and properly mixed concrete in which the ingredients
are uniformly distributed. Mixers shall be main-
tained in proper and serviceable working condition
and any part or portion thereof that is out of or-
der, or becomes worn to such extent as to detrimen-
tally affect the quality of mixing, shall be prompt-
ly repaired or replaced.
03 -09 CONCRETE CONSISTENCY
The amount of water added at the mixer shall be re-
gulated to take into account the free water in the
aggregates. Free water is defined as the total
water minus the water absorbed by the aggregate in a
saturated surface -dry condition.
The amount of water used in the mixture shall not
exceed the minimum amount necessary to permit prac-
tical placement and consolidation of the concrete,
and unless otherwise authorized by the Engineer,
shall be that required to produce concrete with a
slump within the range shown as nominal in the fol-
lowing table:
Type of Work Nominal Slump Maximum Slump
(inches) (inches)
Concrete Pavement 0 -2 3
Non - reinforced Concrete 0 -3 4
Reinforced Concrete
Structures
Heavy Sections 0 -3 5
Thin Sections & Columns 0 -4 6
Concrete Placed under
Water 6 -8 9
03 -5/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The concrete used in the work shall not have a slump
greater than that shown as maximum above, nor a free
water content greater than 312 pounds per cubic yard
of concrete.
When adverse or difficult conditions affect the
placement of concrete, the Engineer may authorize a
greater slump to be used, provided both the water
and cement are increased. Water shall be added at a
ratio not to exceed 30 pounds per sack of added
cement per cubic yard of concrete, and such addi-
tional water and cement shall be at the Contractor's
expense.
The consistency of concrete shall be determined in
accordance with ASTM C -143.
If slump tests of individual samples taken at appro-
ximately the 1/4 and 3/4 points of the discharge
differ by more than two inches (2 "), the mixer will
not be acceptable for further use until the condi-
tion is corrected.
03 -10 TRANSIT MIXERS
The type, capacity, and manner of operation of the
mixing and transporting equipment for ready -mix con-
crete shall conform to the current ASTM C -94 stan-
dard; "Standards for Operation of Truck Mixers and
Agitators of the National Ready -Mixed Concrete Asso-
ciation" and the "Truck Mixer and Agitators Stan-
dards of the Truck Mixer Manufacturers Bureau ".
Transit mix concrete trucks shall be equipped with
an automatic device for recording the number of
revolutions of the drum during the mixing period.
Each mixer and agitator shall have attached thereto
in a prominent place, a metal plate or plates, in-
stalled by the manufacturer on which is plainly
marked the capacity of the drum in terms of the
volume of mixed concrete and the speed of rotation
for the agitating and mixing speeds of the mixing
drum or blades.
Each mixer shall have an identification number
painted on the truck in such a location that it can
be easily read from the batching platform.
The total volume of materials introduced into the
mixer shall not exceed the manufacturer's guaranteed
mixing capacity. If the concrete so mixed does not
03 -6/27 3/83
1
1
1
1
1
t
1
1
1
1
1
1
1
1
1
1
1
1
1
meet the uniformity requirements of this subsection,
the amount of materials charged into the mixer shall
be reduced.
The drum of the mixer shall be completely emptied of
any previously mixed load. The proper proportions
of aggregate, cement, and water for each load of
concrete shall be placed in the mixer and shall be
mixed therein for not less than 70 nor more than 100
revolutions of the drum or blades at the speed de-
signated by the manufacturer of the equipment as
mixing speed. Additional revolutions of the drum
shall be at the speed designated by the manufacturer
of the equipment as agitating speed. The revolving
of the drum shall be continuous until the concrete
is completely emptied from the drum.
When concrete is being placed for concrete struc-
tures, all wash water shall be emptied from the mix-
er before any portion of the succeeding load is
placed therein. For all other work, the mixer shall
be empty or may carry 10 gallons of water in the
drum. Adequate control of ready -mixed concrete will
normally require that additional water be added and
mixed into the batch at the point of discharge.
Water so added shall be mixed into the load for a
minimum mixing time of three (3) minutes. Water
shall not be added to the load during transit.
The total elapsed time between the addition of water
at the batch plant and discharging the completed mix
shall not exceed 90 minutes. Under conditions con-
tributing to quick setting, the total elapse time
permitted may be reduced by the Engineer.
The Engineer shall be provided with a legible certi-
fied weighmaster's certificate which shall contain
the following information:
Name of vendor
Name of contractor
Number of cubic yards in the load
Actual weights of cement and of each size of
aggregate
Amount of water added at the plant
Amount of water in the aggregate
Brand and type of cement
Brand and amount of admixture
Time and date of batching
03 -7/27 3/83
1
r
1
1
1
1
1
1
1
1
1
1
1
Y
1
1
1
1
1
Space shall be provided on the certificate so that
amount of water added on the job may be indicated.
03 -11 HAND MIXING
Hand mixed concrete shall be mixed on a water -tight
platform or in a mortar box in batches not to exceed
1/3 cubic yard each. The aggregates shall first be
spread in a uniform layer over which the required
quantity of cement shall be evenly distributed. The
entire batch shall be turned with shovels until the
ingredients are thoroughly blended before adding the
water. After adding the proper amount of water, the
batch shall again be turned with shovels until a
uniform consistency is obtained. Methods of hand
mixing which allow the loss of mixing water will not
be permitted.
03 -12 TRANSPORTING BATCHED MATERIALS AND MIXED CONCRETE
The compartments of trucks or other equipment used
for the purpose of transporting proportioned dry ag-
gregate and cement, or mixed concrete, shall be
suitably constructed to adequately protect and pre-
vent loss or leakage of the contents during charg-
ing, transit or discharging.
03 -13 STEEL REINFORCEMENT FOR CONCRETE
03 -13.1 General
The following specifications set forth the require-
ments for bar, wire, and wire mesh reinforcement.
The reinforcement shall conform accurately to the
dimensions and details indicated on the plans or
otherwise prescribed. Before being placed in any
concrete work, it shall be cleaned thoroughly of all
rust, mill scale, mortar, oil, dirt, or coating of
any character which would be likely to destroy, re-
duce, or impair its proper bonding with the con-
crete.
03 -13.2 Reinforcing Steel
Unless otherwise specified, reinforcing steel shall
be Grade 60 billet steel conforming to ASTM A -615.
Varying grades shall not be used interchangeably in
structures.
03 -8/27 3/83
1
1
1
1
1
1
1
1
1
r
1
1
1
1
1
1
1
1
Steel bending processes shall conform to the re-
quirements of ACI -318.
Bending or straightening shall be accomplished so
that the steel will not be damaged. Kinked bars
shall not be used.
03 -13.3 Wire Reinforcement
Wire reinforcement shall in all respects fulfill re-
quirements prescribed in ASTM A -82.
03 -13.4 Wire Mesh Reinforcement
Mesh reinforcement shall conform to ASTM A -185. The
gauge of the wire and the dimensions of the mesh
will be specified in the special provisions or shown
on the plans. The wire mesh reinforcement shall be
so constructed as to retain its original shape and
form during the necessary handling. The effective
cross - sectional area of the wire shall be equal to
that specified or indicated on the plans.
03 -14 EXPANSION JOINT FILLER AND JOINT SEALANTS
03 -14.1 General
This section specifies joint fillers and sealants to
be used for treating joints in portland cement con-
crete.
03 -14.2 Premolded Joint Filler
Premolded joint filler material shall consist of
premolded strips of a durable resilient material.
Unless otherwise specified, premolded joint filler
shall be one of the following types: Preformed Ex-
pansion Joint Filler (Bituminous Type) ASTM D -994,
Non - extruding and Resilient Filler (Bituminous Type)
ASTM D -1751, or Non- extruding and Resilient Filler
(Non- bituminous Type) ASTM D -1752.
03 -14.3 Asphalt -Latex Emulsion Joint Sealant
Asphalt -latex emulsion joint sealant shall be de-
signed for mixing and application by hand methods
and shall be suitable for use at temperatures above
50 ° F. The sealing compound shall be an emulsion
consisting of approved paving asphalt, emulsified
with rubber latex in the presence of a suitable
03 -9/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
t
1
1
1
1
1
emulsifying agent. Rubber latex shall be natural
rubber or synthetic latex containing approximately
40% solids. The resulting emulsion shall consist of
a minimum of 55% paving asphalt and a minimum of 36%
rubber latex.
A setting agent shall be provided in the form of a
paste to be added at the rate of approximately 3
fluid ounces per gallon of emulsion.
The joint sealant shall comply with the following
requirements:
03 -10/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ASPHALT -LATEX EMULSION JOINT SEALANT
Test
Method
Determination No.
Furol Visco- ASTM 80 -250 Sec.
sity at 77 ° F D -88
Sieve Test ASTM 1% Max.
D -244.
Penetration Calif. 50 -150
at 77 ° F 418
Requirements
Elasticity (1) Calif. 70% Min.
418
Total Solids Calif. 70% Min.
(2)
418
Setting Time Calif.
(2) 418
60 Min. Max.
(1) Mixing ratio of Material: to 2
add 10 + 0.1 g. of sodium fluos
(2) Mixing ratio of Material: to 8
component add 12 ml. of setting
03 -14.4 Application
Remarks
Before adding setting
agent.
Before adding setting
agent.
Immediately after mixing,
pour material into a 6 -oz.
deep ointment can. Allow
specimen to stand in air
at a temperature of 77 ° F +
2 ° F for a period of 24 -hrs.
Then penetrate with a
grease cone under a total
load of 150 grams in accor-
dance with ASTM D -217.
Immediately after mixing,
pour material into ducti-
lity clips. Cure for 24-
hrs. at 115 ° F + 2 ° F. Test
specimen in mogified ducti-
lity mold per test method
Place 3 to 5 grams freshly
mixed material in an alumi-
num pan and dehydrate in
suitable oven maintained
at a temperature of 200 ° F
+ 3 ° F for a period of 3-
Firs.
Pour material into a 6 -oz.
deep ointment can. Check
penetration each 15 -min.
Record time when penetra-
tion is less than 200.
00 g. of emulsion component
ilicate powder.
fluid ounces of emulsion
agent component.
Immediately before applying the joint sealant, the
joint shall be thoroughly cleaned by abrasive blast-
ing or other approved means to remove all mortar,
laitance, scale, dirt, dust, oil, curing compounds
and other foreign material. The joint shall be
blown out with high pressure compressed air to re-
move all residue.
03 -11/27 3/83
1
1
1
1
1
r
1
1
1
1
1
r
1
t
1
1
1
1
1
At the time of applying the joint sealant, the joint
shall be surface dry, and acceptable to the Engi-
neer. No sealant shall be placed during unsuitable
weather or when the atmospheric temperature is below
50 ° F, or when weather conditions indicate that the
temperature may fall below 32 ° F within 24- hours.
The joint shall be filled from the bottom to the top
without formation of voids. The top of the finished
joint seal shall be between 1/4 -inch and 3/8 -inch
below the finish surface.
At no time shall the emulsion be subjected to a tem-
perature below 40 ° F. Prior to application, the
joint sealant may be warmed if necessary to permit
proper filling of the joints. The heating shall be
carefully controlled to avoid overheating of any
part of the container or mixture and under no cir-
cumstances shall the emulsion be heated to a temper-
ature greater than 130 ° F.
Immediately before applying the sealant, the emul-
sion shall be mixed with the proper amount of paste
setting agent. The components shall be mixed, pre-
ferably with a power mixer, for 5- minutes to produce
a homogeneous material.
03 -14.5 Concrete Curing Compound
Curing compound shall consist of a liquid which,
when applied to fresh concrete by means of a spray
gun, will form an impervious membrane over the ex-
posed surfaces of the concrete. Mats and poly -
plastic sheets may be used.
The membrane may be either asphaltic or paraffin
derivatives to which other water - proofing materials
may have been added. Concrete curing compounds
shall be clear or translucent with red fugitive
dye. Curing time shall be a minimum of five (5)
days with temperature above 50 ° F. Curing compound
shall be non -toxic and taste and odor free.
03 -14.6 Form Coating
All form work to be required shall be coated with an
approved resin based material applied according to
the manufacturer's directions. Form coating shall
be non -toxic after 30 -days.
03 -12/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
03 -14.7 Water -Stops
Water -stops shall be provided where shown on the
Plans and shall be a minimum height of six inches, a
minimum thickness of 3/8 ", be of polyvinyl chloride
material and shall be approved by the Engineer. All
water -stop joints shall be welded according to the
manufacturer's recommendations.
03 -14.8 Grout
Grout for patching of honeycombs, she bolt holes,
spalls, etc. or where approved by the Engineer shall
be "Thorite" as manufactured by Standard Dry Wall
Products of Miami, Florida.
Grout used in setting machinery and equipment shall
be "Thoroset" Metallic Compound worked in under the
machinery bases in such a manner as to preclude
voids of pockets under the metal base. The edges
shall be neatly finished to give a neat appearance.
Concrete surfaces shall be roughened and cleaned
before the grout is placed. Mix compound with
cement, sand, and gravel per manufacturer's specifi-
cations. "Thoroset" shall be as manufactured by
Standard Dry Wall Products, Miami, Florida.
03 -15 CONCRETE CONSTRUCTION
03 -15.1 General
Concrete chambers, vaults, walls, structural slabs,
footings, foundations and similar structures shall
be constructed in conformity with the plans and this
sub - section. Concrete for use in work constructed
under this Section shall conform to the requirements
herein.
Safe and suitable ladders shall be provided to per-
mit access to all portions of the work.
The compressive strength of the concrete referred to
in this section will be based on the results of two
tests from 6" X 12" concrete test cylinders made and
tested by the Engineer in accordance with ASTM C -31
and C -39. The cylinders shall be cured in
accordance with ASTM C -31.
03 -13/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
03 -15.2 Subgrade for Concrete Structures
Earth subgrade upon which concrete is placed shall
be firm and free from water. Ground water shall be
kept below subgrade until the concrete has set.
When the subgrade is in dry earth, it shall be tho-
roughly dampened with water to ensure that no mois-
ture will be absorbed from the fresh concrete.
03 -15.3 Forms
When the design details for the project provide for
the construction of filter or drain material con-
sisting of gravel (or combination of gravel and
sand), which material will be subgrade for concrete,
the placing of steel reinforcement and placement of
concrete shall follow the installation of the filter
or drain material as closely as practical. The fil-
ter or drain material shall be kept de- watered to
the extent necessary to prevent any portion of con-
crete materials being deposited in water.
When the concrete is to be deposited on rock, the
rock shall be fully uncovered, cleaned, and its sur-
face shall be removed to a depth sufficient to ex-
pose sound rock. Bedrock shall be roughly leveled -
off or cut to approximately horizontal and vertical
steps. Seams in the rock shall be grouted under
pressure or otherwise treated as the Engineer may
direct.
Forms shall be of suitable material and of a type,
size, shape, quality, and strength to ensure con-
struction as designed. The forms shall be true to
line and grade, mortar tight, and sufficiently rigid
to resist deflection during placing of the concrete.
The responsibility for their adequacy shall rest
with the Contractor. All dirt, chips, sawdust,
nails and other foreign matter shall be completely
removed from forms before any concrete is deposited
therein. The surfaces of forms shall be smooth and
free from irregularities, dents, sags and holes that
would deface the finished surfaces. Forms previous-
ly used shall be thoroughly cleaned of all dirt,
mortar and foreign matter before being re -used.
03 -14/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Before concrete is placed in forms, all inside
surfaces of the forms shall be thoroughly treated
with releasing agent as specified herein. Care
shall be exercised that no releasing agent is
deposited on previously placed concrete.
Forms for all surfaces that will not be completely
enclosed or hidden below the permanent surface of
the ground shall be made of surfaced lumber, or
material which will provide a surface at least equal
to surfaced lumber or plywood. Any lumber or mate-
rial which becomes badly checked or warped, prior to
placing concrete, shall not be used.
Forms for all exposed surfaces shall be constructed
of plywood or an approved equal. Plywood for forms
shall be Exterior Type, of the grade "Concrete -Form
Exterior ", conforming to the specifications of the
U. S. Department of Commerce, National Bureau of
Standards, Commercial Standards, latest edition.
Plywood shall be furnished and placed in 48 inch
widths and in uniform lengths of not less than 96
inches, except where the dimension of the member
formed is less than the specified panel dimension.
Plywood shall be placed with the grain of the outer
plies in the direction of the longest span. Where
plywood is attached directly to the studs or joists,
the panels shall be not less than 5/8 inch thick,
and the studs or joists shall be spaced not more
than 12 inches, center -to- center. Plywood less than
5/8 inch thick, otherwise conforming to the require-
ments specified herein, may be used with a contin-
uous backing of 3/4 inch sheeting. All form panels
shall be placed in a neat symmetrical pattern with
the horizontal joists level and continuous. All
joints shall be filled with an approved quick -set-
ting compound and finished flush with the interior
of the form.
Wooden forms for copings and curbs shall have a
thickness of not less than 1 -5/8 inches and a width
of not less than the full depth of coping or curb.
Unless otherwise shown on the plans, all sharp edges
shall be chamfered with 3/4 inch by 3/4 inch trian-
gular fillets. Forms for curved surfaces shall be
so constructed and placed that the finished surface
will not deviate from the arc of the curve by more
than the tolerance shown on the Plans.
03 -15/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Forms shall be so constructed that portions, where
finishing is required, may be removed without dis-
turbing portions of forms to remain in place.
Forms for, girders and slabs shall be cambered as may
be required by the Engineer.
Forms shall, as far as practicable, be so construct-
ed that the form marks will conform to the general
line of the structure.
Form clamps or bolts, approved by the Engineer,
shall be used to fasten forms. The use of twisted
wire loop ties to hold forms in position will not be
permitted, nor shall wooden spreaders be used unless
authorized by the Engineer. Clamps or bolts shall
be of sufficient strength and number to prevent
spreading of the forms. They shall be the break -off
type so that they can be entirely removed or cut
back 1 inch below the finished surface of the con-
crete. All forms for outside surfaces shall be con-
structed with stiff wales at right angles to the
studs, and all form clamps or bolts shall extend
through and fasten such wales.
Form work shall be approved prior to placement of
concrete in the form.
03 -15.4 Removal of Forms
The periods of time for form removal set forth here-
in are permissive only and subject to the Contractor
assuming all risks that may be involved. The time
periods are minimum with no allowance therein for
external loads. At times of low temperature, or
other adverse conditions, the Engineer may require
the forms to be kept in place for longer periods of
time.
The time periods are predicated on the use of con-
crete to which no admixtures have been added.
No forms shall be removed until approval of Engineer
is obtained. Forms shall be stripped after the re-
quired time and projecting wire snapped off. Remov-
al shall not proceed faster than the required fin-
ishing procedure can be completed.
Vertical forms shall not be disturbed for at least
twenty -four (24) hours after last concrete in walls
is placed, except as authorized by the Engineer.
03 -16/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Forms shall remain in place a minimum of twenty -four
(24) hours and be removed only after Engineer's
approval.
03 -15.5 Falsework
All falsework shall be designed and constructed to
provide the necessary rigidity and to support the
loads. Falsework for the support of a superstruc-
ture shall be designed to support the loads that
would be imposed if the entire superstructure were
placed at one time.
All falsework, staging, walkways, forms, ladders,
cofferdams, and similar accessories shall equal or
exceed the minimum requirements of the State Divi-
sion of Industrial Safety. Compliance with such
requirements shall not relieve the Contractor from
full responsibility for the adequacy of safety mea-
sures.
03 -15.6 Placing Reinforcement
Before placing reinforcing steel, the Contractor
shall submit a reinforcing steel placing plan for
approval of the Engineer.
Reinforcing bars shall be accurately placed as shown
on the plans and shall be firmly and securely held
in position in accordance with Concrete Reinforcing
Steel Institute "Recommended Practice for Placing
Reinforcing Bars ", and by using concrete or metal
chairs, spacers, metal hangers, supporting wires and
other approved devices of sufficient strength to
resist crushing under full load. Metal chairs which
extend to the surface of the concrete (except where
shown on the plans) and wooden supports, shall not
be used.
Placing bars on layers of fresh concrete as the work
progresses and adjusting bars during the placing of
concrete will not be permitted. Before placing in
the forms, all reinforcing steel shall be cleaned
thoroughly of mortar, oil, dirt, loose mill scale,
loose or thick rust, and coatings of any character
that would destroy or reduce the bond. No concrete
shall be deposited until the placing of the rein-
forcing steel has been inspected and approved.
03 -17/27 3/83
03 -15.7 Splicing
Splices of bars shall be made only where shown on
the plans or as approved by the Engineer. Where
bars are spliced, they shall be lapped at least 36
diameters, unless otherwise shown on the plans.
Splicing shall be accomplished by placing the bars
in contact with each other and wiring them togeth-
er.
Welding of reinforcing steel will not be permitted
unless specifically authorized by the Engineer.
03 -15.8 Bending Reinforcement
Bends and hooks in bars shall be made in the manner
prescribed in the "Manual of Standard Practice" of
the American Concrete Institute.
Bars shall not be bent or straightened in a manner
which will injure the material. Bars with kinks or
unspecified bends shall not be used.
03 -15.9 Welded Wire Fabric
Welded wire fabric shall be spliced not less than
two meshes. It shall be lifted carefully into its
specified position after the concrete is placed but
still plastic.
03 -15.10 Placing Concrete, General
Concrete shall be conveyed, deposited and consoli-
dated by any method which will preclude the segrega-
tion or loss of ingredients.
Chutes used in conveying concrete shall be sloped to
permit concrete of the consistency required to flow
without segregation. Where necessary to prevent
segregation, chutes shall be provided with baffle
boards or a reversed section at the outlet.
Where a sequence for placing concrete is shown on
the plans, no deviation will be permitted unless
approved in writing by the Engineer.
Before depositing concrete, all debris, spreaders,
etc., shall be removed from the space to be occupied
03 -18/27 3/83
by the concrete and forms shall be thoroughly wet-
ted. All free standing water shall be removed.
Reinforcing steel and form shall be free of scale,
oil film, hardened concrete. Formwork shall have
specified coatings.
Concrete shall be deposited as rapidly and as near
as practicable in its final position, and shall not
be caused to flow in a manner to permit or cause
segregation. Runways shall be provided so that
wheelbarrows or buggies containing concrete will not
run over reinforcing steel or planks resting on
steel. Just before placing new concrete on old con-
crete in walls, a modified grout consisting of the
same mix as the concrete minus one -half of the
coarse aggregates shall be deposited to a depth of
six (6) inches before placing the regular concrete
mix. Concrete shall be worked and vibrated mechani-
cally with suitable appliances until it closes snug-
ly against all surfaces and is in perfect and com-
plete contact with all embedded reinforcement and
other metals.
Horizontal construction joints shall have a slurry
coating of 1 -part cement and 3 -parts of sand mixed
with a solution of 1 -part "Acryl 60" to 3 -parts of
water prior to placing modified 6 -inch mix noted
above. This slurry shall be applied by pumping or
other means to assure that about 1/2 -inch thick
coating of the slurry shall cover the surface of the
joint. The 6 -inch thick modified mix noted in the
above paragraph shall follow not more than 60 min-
utes later. "Acryl 60" shall be as manufactured by
Standard Wall Products, Miami, Florida.
03 -15.11 Notification
The Contractor shall give the Engineer written
notice of at least 24 -hours in advance of placing
concrete in any part of the work so that the Engi-
neer may make final inspection of the preparations
of the location fr such placing. No concrete shall
be placed except in the presence of the Engineer.
03 -15.12 Construction Joints
Construction joints shall be placed only in posi-
tions approved by Engineer or as indicated on draw-
ings. Exposed concrete face of construction joints
shall be kept continuously wet from time of initial
03 -19/27 3/83
03 -15.13 Slabs
03 -15.14 Walls
set until pouring of new concrete against it. The
contact surface shall be thoroughly cleaned by chip-
ping the entire surface not earlier than 8 days
after the first pour or jet washing the surface, not
less than 3 -1/2 nor more than 6 -1/2 hours after the
concrete is placed, or by sandblasting. The joint
surface shall consist of clean aggregate solidly
embedded in the mortar matrix. All wash water shall
be entirely removed from the surface. All construc-
tion joints in waterbearing tanks, except joints
above water level, shall have "waterstops" install-
ed; also, any additional ones shown on drawings.
All waterstop splices, joints, corners, or intersec-
tions shall be welded.
Watertight concrete is required for all submerged
structures and waterbearing structures. Any cracks
or imperfections developing at any point shall be
repaired to the satisfaction of the Engineer.
Where concrete construction is proposed to be ex-
tended at a later date, the walls and floors shall
be stubbed 24- inches. The contractor shall supply,
and cast -in, screwed insert anchors with protective
plugs in the face of the stub walls and floors. The
contractor shall supply the Owner with the screw -in
re -bar connectors, compatible with the insert
anchor, for use when the construction is extended.
Subgrade shall be in form as shown on drawings to
receive slab concrete. Slabs shall be poured in one
continuous operation between expansion joints.
Walls shall be poured in horizontal layers not to
exceed 18" thickness in such a manner that prevents
segregation of constituents or accumulation of hard-
ened concrete on the forms or metal reinforcement
above the level of the concrete. Total height of
any one pour shall not exceed 12'0 ". Free fall of
concrete into wall forms shall not excess 4'0" with-
out the use of pipes or tremies. Pipes and tremies
shall be at least 6 inches in diameter.
03 -15.15 Depositing
To avoid segregation, concrete shall be deposited as
near to its final position as is practicable. The
03 -20/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
use of vibrators for extensive shifting of the mass
of concrete will not be permitted. Concrete that
has partially hardened, has been retempered, or is
contaminated by foreign materials shall not be depo-
sited in the structure.
Concrete shall be placed in horizontal layers inso-
far as practical. Placing shall start at the low
point and proceed upgrade unless otherwise permitted
by the Engineer. Concrete shall be placed in a con-
tinuous operation between construction joints and
shall be terminated with square ends and level tops
unless otherwise shown on the plans.
03 -15.16 Consolidating
Concrete shall be thoroughly consolidated in a man-
ner that will encase the reinforcement and inserts,
fill the forms, and produce a surface or even tex-
ture free of rock pockets and excessive voids.
Structural concrete shall be consolidated by means
of high frequency internal vibrators of a type, size
and number approved by the Engineer. The location,
manner and duration of the application of the vibra-
tors shall be such as to secure maximum consolida-
tion of the concrete without separation of the mor-
tar and coarse aggregate, and without causing water
or cement paste to flush to the surface. Internal
vibrators shall not be held against the forms or
reinforcing steel.
The number of vibrators employed shall be sufficient
to consolidate the concrete within 15 minutes after
it has been deposited in the forms. At least two
vibrators in good operating conditions shall be
available at the site of the structure in which more
than 25 cubic yards of concrete is to be placed.
Approved external vibrators for consolidating con-
crete will be permitted when the concrete is not
accessible to internal vibration. Forms and false -
work shall be designed and constructed to resist
displacement or damage from external vibration.
03 -15.17 Walkways
Walkways and platforms shall be provided for person-
nel and equipment at a level convenient for the con-
crete placement and to permit the performance of all
operations necessary for the completion of such work
including finishing.
03 -21/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
03 -15.18 Placing Concrete Under Adverse Weather Conditions
Concrete for structures shall not be placed on fro-
zen ground nor shall it be mixed or placed while the
atmospheric temperature is below 35 ° F, unless ade-
quate means are employed to heat the aggregates and
water, and satisfactory provisions have been made
for protecting the work.
Concrete slabs shall not be placed on frozen ground,
nor shall concrete be mixed or placed when the at-
mospheric temperature is below 35 ° F, or when condi-
tions indicate that the temperature may fall to 35 ° F
within 24 hours, except with the written permission
of the Engineer and only after such precautionary
measures for the protection of the pavement have
been taken as he may direct.
Concrete shall be effectively protected from freez-
ing or frost for a period of five (5) days after
placing.
Concrete for structures shall not be mixed or placed
while the atmospheric temperature is above 115 ° F un-
less adequate means are employed to cool the aggre-
gate and water and satisfactory provisions have been
made for protecting the work. In any case, tempera-
ture of the concrete as placed shall not exceed
90 ° F. nor be less than 50 ° F.
Concrete placement shall be stopped when rainfall is
sufficient to cause damage to the work.
03 -16 FINISHING TYPES
03 -16.1 General
All finished or formed surfaces shall conform accu-
rately to the shape, alignment, grades, and sections
as shown on the drawings or prescribed by the Engi-
neer. Surfaces shall be free from fins, bulges,
ridges, offsets, honeycombing, or roughness of any
kind, and shall present a finished, smooth, contin-
uous hard surface. All sharp angles shall be round-
ed or beveled. Any formed surface to be painted
shall be free of any material that will be detrimen-
tal to the paint. Defective work shall be treated
as noted elsewhere in this specification.
03 -22/27 3/83
Surfaces not true to elevation or pitched to drain,
where specified, loose or roughened surfaces, and
high points as noted below shall be considered to be
defective work and shall be removed and repaired as
directed by the Engineer.
Top edges of walls, if not otherwise shown on the
drawings, shall be finished with a three - quarter
inch (3/4 ") chamfer edger, the flanges of which
shall be ground to a knife edge to produce as little
a burr as possible. Remaining burrs on the lower
side of the finished chamfer after the form is re-
moved should be rubbed off and the surface left in a
smooth, workmanlike condition.
Refer to Section 03.16.7 for Schedule of Finishes.
03 -16.2 Class 1 - Steel Trowel Finish
The surface shall be steel- troweled to a dense
smooth finish to compact and seal the surface.
Except where required to remove imperfections, a
single -pass trowelling shall be applied.
03 -16-3 Class 2 - Broom Finish
The concrete surface shall first be steel troweled
as specified above and before final set, the surface
shall be slightly roughened by means of a broom or a
burlap mat.
03 -16.4 Class 3 - Ordinary Formed Surface
As forms are removed, the Engineer shall inspect
surface. Any poor joints, voids, honeycombs, . or
rock pockets of a minor nature deeper than 1/4 inch
shall be immediately repaired by cutting back to a
full solid surface in a manner to form a key for
grout. Voids shall be filled with nonshrink "Tho-
rite" patching plaster applied according to the
manufacturer's recommendations. All fins or other
undesirable projections shall be chipped back on
interior or exposed surfaces. Form nails, wires, or
any metallic debris shall be removed or set below
the surface and patched with nonshrink "Thorite"
patching plaster. "Thorite" shall be as manufactur-
ed by Standard Dry Wall Products, Miami, Florida, or
approved equal.
03 -23/27 3/83
03 -16.5 Class 4 - Brush Coated for Formed Surfaces
The concrete surface shall first receive the treat-
ment as specified for Class 3 surface treatment.
Immediately thereafter a brush coat of "Thoroseal"
plus "Acryl 60" shall be applied to the surface at
the rate of 2 pounds per square yard and worked into
the minor voids. Overall effect shall be an even
coating showing only brush marks. After one or two
hours, depending on the ambient weather conditions,
use a nylon brush with plain water to work out all
brush marks. "Thoroseal" and "Acryl 60" shall be as
manufactured by Standard Dry Wall Products, Miami,
Florida, or approved equal.
03 -16.6 Class 5 - Plaster Coated Formed Sufaces
The concrete surface shall first receive the treat-
ment as specified for Class 3 surface treatment.
Immediately thereafter the surface shall receive a
finish coating of "Thoroseal" plaster mix applied by
trowel and finished with a rubber Thoro float to a
smooth even textured surface. The "Thoroseal" plas-
ter mix shall be mixed with water and "Acryl 60"
according to the manufacturer's instructions. The
finish coat shall be a minimum of 1/8" in thickness
with a lightly textured grain finish. Color shall
be an off -white as selected by the Engineer. "Tho-
roseal" and "Acryl 60" shall be as manufactured by
Standard Dry Wall Products, Miami, Florida, or ap-
proved equal.
03 -16.7 Schedule of Finishes
Item Surface Finish
Building Foundation Exterior, underground Crass 3
Building Foundation Exterior, above grade Class 4
Walkways Exterior Class 2
Surfaces not specifically mentioned shall receive
Class 1 or Class 3 treatment as appropriate except
where otherwise approved by the Engineer.
03 -24/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
03 -17 OPENINGS FOR INSTALLATION OF,
AND PREPARATION FOR, OTHER WORK
The Contractor's attention is directed to the fact
that openings must be left in structures for the
installation of mechanical equipment, piping and
wiring and that certain mechanical and electrical
appurtenances and foundation anchor bolts are to be
embedded in concrete, and that some of such work is
unavoidably omitted from the drawings.
The Contractor shall examine all drawings to deter-
mine the relation of concrete work with all other
work, and shall attend to the following matters:
Openings shall be left in floor and walls for ducts,
flues, pipes, conduits, etc., required for mechani-
cal, electrical, and plumbing installations. Open-
ings not shown on the drawings or details shall be
subject to approval by the Engineer. Any additional
openings or changes in size or location of the open-
ings shown on the, drawings, if deemed necessary by
the Engineer, shall be provided by the Contractor in
proper time to prevent unnecessary cutting of con-
crete work, and no additional payment shall be made
therefor. Wood, if used for pipe holes, shall be
completely removed after the concrete has set. If
metal is used, it shall be removed or cut off as
directed by the Engineer. After piping is install-
ed, concrete shall be filled in solid between the
edge of the hole and the piping, leaving clearance,
where necessary, for contraction and expansion.
Inserts: The Contractor shall organize the setting
and maintaining in all correct positions, all work
required to be embedded in the concrete, and fur-
nished and installed as specified under other sec-
tions of these specifications, including anchor
bolts, anchors, electrical conduits, wood inserts
and nailing blocks, reglets, dovetail slots, pipe
sleeves, thimbles, and other work as required. Wood
inserts and nailing blocks that will be concealed
shall be Wolmanized, or given two (2) coats of creo-
sote oil before placing in forms. Pipes other than
electrical, shall not be permitted in structural
concrete, except where indicated on the drawings.
Where required in slabs, piping shall be located in
center thereof.
03 -25/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
03 -18 DEFECTIVE WORK
If the defective work is judged by the Engineer to
be major in character or concrete does not conform
with lines shown on drawings, the Contractor will be
required to replace the work or repair it in a man-
ner satisfactory to the Engineer at the Contractor's
expense.
03 -19 TESTS
03 -19.1 General
Testing Laboratory fees will be at the expense of
the Contractor. The Contractor shall cooperate and
allow three (3) test cylinders to be taken for each
day's pour of concrete or each 150 cubic yards. The
inspection of the work and the certification of the
Testing Laboratory or any other body shall not re-
lieve the Contractor of obligation to fulfill his
contract as specified, and defective work shall be
replaced and unsuitable materials may be rejected,
notwithstanding that such defective work or unsuit-
able materials may have been overlooked by the Engi-
neer and the Testing Laboratory.
03 -19.2 Aggregates
Aggregates shall be tested before the concrete mix
is established and, whenever the source of an aggre-
gate is changed for testing, a 10 pound sample of
fine aggregate and a 10 pound sample of each average
quality and grading of the aggregate in question,
shall be delivered to the Testing Laboratory in suf-
ficient time to avoid delay in the work.
03 -19.3 Cylinders
One set of three (3) test cylinders shall be made
for each day's pour of 150 cubic yards or less of
each class of concrete. All testing shall be in
accordance to ASTM lastest revisions thereof.
Cylinders shall be numbered and dated and the point
from which the sample was taken noted. The Contrac-
tor will supply the molds. The Engineer will take
samples in accordance with Method for Compression
Test Specimens, ASTM C- 31 -62T, store sample for 24-
hours, and deliver them to the Testing Laborabory.
Tests will be made at 7 day and 28 day age, in
accordance with ASTM C- 39 -64.
03 -26/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
03 -19.4 Strength
Should the strength of the concrete, as shown by the
test specimens, fall below the specified value, the
Engineer shall have the right to require additional
curing of those portions of the structure represent-
ed by control specimens which failed to show the re-
quired strength. In the event that such additional
curing does not give the strength required, the
Engineer shall have the right to require strengthen-
ing or replacement of those portions of the struc-
ture which fail to develop the required strength.
All extra work done as a result of any low strengths
of the control specimens shall be performed at the
expense of the Contractor.
03 -20 CLEANING
All slabs shall be swept clean and washed prior to
delivery of the completed project to the Owner.
03 -21 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
Item. Include cost of same in Contract prices bid
for item of which this work is a component part.
03 -27/27 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 04 - PIPING
04 -01 GENERAL
04 -01.1 Work Included
All labor and materials to complete all work as
shown on the Drawings or specified.
04 -01.2 Care of Pipe Coating and Lining
Pipe shall be so handled that the coating or lining
will not be damaged. If, however, any part of the
coating or lining is damaged, the pipe shall be
subject to rejection.
04 -01.3 General Requirements for Alignment and Grade
The pipe shall be laid and maintained to the re-
quired lines and grades with fittings and valves at
the required locations; spigots centered in bells;
and all valve stems plumb.
The inside of the pipe wall at the bottom of the
installed pipe shall slope continuously in the
direction indicated and shall be located on the
invert elevations indicated within 0.01 foot for
gravity piping and within 0.03 foot for all other
piping.
04 -01.4 Deviations Occasioned by Other Structures
Wherever obstructions not shown on the Plans are
encountered during the progress of the work and
interfere to such an extent that an alteration in
the Plans is required, the Engineer shall have the
authority to change the Plans and order a deviation
from the line and grade, or arrange with the owners
of the structures for the removal, relocation, or
reconstruction of the obstructions. If the change
in Plans results in a change in the amount of work
by the Contractor, such altered work shall be done
on the basis of payment to the Contractor for extra
work under the requirements of the General Condi-
tions, or credit to the Owner for less work. No
deviations shall be made from the line and grade
without the written consent of the Engineer.
04 -1/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
04 -01.5 Excavation for Piping
Excavation for piping shall be in accordance with
the applicable requirements of Section 02 herein.
04 -01.6 Interruption of Service
No drainage channel storm sewer, or other utility
shall be put out of service without written appro-
val of the Engineer and /or Owner.
04 -01.7 Shop Drawings
The Contractor shall submit and obtain approval of
shop and material details of pipe and fittings be-
fore the materials are manufactured. See Section
16, herein for items requiring approval.
04 -01.8 Threads
American Standard Pipe thread shall be used for
I.P.S. threaded work. No screwed pipe joints shall
be caulked or screwed up with rope or packing of
any kind. Burrs formed by cutting tools shall be
reamed out and, before installation, each section
of pipe shall be examined to see that it is clean
and clear. Pipes shall be free from tool marks.
When erecting plated, polished, or soft -metal pip-
ing, friction wrenches shall be used exclusively.
In "marking up" screwed joints, Crane or Key White
thread lubricant shall be used and applied to male
threads only.
04 -01.9 Supports and Anchors
Pipe supports, unless otherwise shown on the Draw-
ings, shall be provided at the base of all risers,
at intervals not to exceed 5 feet on all runs of
pipe 2 inches and smaller in diameter. Pipe run in
groups shall be spaced equally and kept parallel
throughout the length of the run. Pipe abutting
walls or ceilings shall be supported by Unistrut
P1000 channels, Figure 650 pipe clamps and hanger
rods if necessary.
For pipe over 2 inches, hangers shall be Grinnel
Company No. 260.
For pipe 2 inches and less, hangers shall be Grin -
nel Company No. 97. All items shall be galvaniz-
ed.
04 -2/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
04 -02 MATERIALS
Pipe supports shall be Grinnel Company No. 264,
complete with proper size extension pipe and floor
flange.
Expansion bolts and inserts driven into concrete
slabs for pipe hangers shall be installed without
injury to the structure.
Anchorage shall be provided for fittings where
there is danger of pulling joint when under pres-
sure.
04 -02.1 General
Piping material shall be as herein specified unless
otherwise shown on the Plans. Standard Specifica-
tion designations shall be the latest published
designations. Coatings shall be specified in Sec-
tion 10.
04 -02.2 Asbestos - Cement Pipe (ACP)
Shall conform to AWWA C -400 and shall be a minimum
of Class 200.
04 -02.3 Steel Pipe
Pipe 6 inches in diameter and smaller shall be
designated black steel pipe (SS), galvanized steel
pipe (GS), and Schedule 80 seamless steel pipe (Sch
80 Seamless) and shall be manufactured in accor-
dance with ASTM A -120. The minimum class pipe
shall not be less than Schedule 40.
Fittings shall be 150 pounds and threaded, unless
otherwise shown on the Drawings. Unions larger
than 2 -1/2 inches shall be standard flanged
unions. Welded fittings shall conform to ASTM
A -234 with a wall thickness equal to, or greater
than the pipe wall. Mitered fittings shall conform
to AWWA C -208. Flanges shall be ASA -150. Welding
shall be in accordance with AWWA C -206.
Pipe larger than 6 inches shall be designated STL
and shall be manufactured in accordance with AWWA
C -201 or 202. Fittings shall be steel welded fit-
tings ASTM A -234 with a wall thickness equal to or
greater than the pipe wall. Mitered fittings shall
04 -3/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
conform to AWWA C -208. Flanges shall be in
accordance with AWWA C -207, hub type. Welding
shall be in accordance with AWWA C -206.
Pipe 8 to 12 inches shall be Schedule 40; 14 to 28
inches shall be Schedule 10; and 30 inches and
larger shall have a wall thickness of 5/16 inch
(0.312 ").
04 -02.4 Ductile Iron Pipe (DIP)
Pipe shall be centrifugally cast ductile iron with
the pipe barrel meeting all quality requirements of
AWWA Specification C -151. Ductile iron pipe shall
have a bituminous coating inside and outside, in
accordance with AWWA C -104 standard thickness.
Fittings shall be the same as specified for cast
iron pipe. The class of the pipe shall be desig-
nated on the Drawings and in no case less than
Class 50.
04 -02.5 Cast Iron Soil Pipe (CISP)
Shall conform to ASTM A -74 and to ASA A -40.1. They
shall be extra heavy weight and shall be coated
with coal, tar, pitch, or varnish. Fittings shall
conform to ASA B -16.
Joints in cast iron hub- and - spigot soil pipe shall
be of lead and picked oakum. Not less than one and
one -half (1 -1/2) inches of lead room shall be left
after caulking with oakum, and this space shall run
full with lead in one pouring. After cooling, the
lead shall be tightly caulked in the joints. All
dirt and dust shall be removed from the hubs and
spigots before jointing. Lead shall be poured so
that after caulking it will finish flush with the
hub. At least two (2) ounces of pure soft pig lead
for each joint to each inch diameter of the pipe
shall be used.
Caulder couplings or rubber sleeves with stainless
steel bands shall be used with plain -end pipe.
04 -02.6 Copper Pipe (CU)
Shall be ASTM B- 88 -51, Type L. Pipe 1/2 inch in
diameter and larger shall be "hard- drawn" and
smaller than 1/2 inch shall be annealed. Fittings
1/2 inch and larger shall be streamline solder-
04 -4/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
joint fittings and smaller than 1/2 inch shall be
flared. Connections to other piping, tanks, and
pumps shall be made with dielectric unions.
In "making up" joints in copper tubing lines, only
torches for that purpose may be used. Common blow
torches will not be permitted.
04 -02.7 Polyvinyl Chloride Pipe (PVC)
Polyvinyl chloride pipe for chlorine solution shall
conform to Commercial Standard CS207 -60, Type 1,
with a minimum wall thickness corresponding to
Schedule 40 unless otherwise shown on the Drawings.
Jointing shall be in accordance with the manufac-
turer's recommendations. For buried water pipe,
where approved by the Engineer, polyvinyl chloride
pipe meeting the requirements of ASTM 1784 -601 and
ASTM D- 2241 -64T may be used. Threaded pipe shall
be Schedule 80 pipe. The minimum class pipe shall
be Schedule 40.
04 -02.8 Polyethylene Pipe (PE)
Water laterals or service connections shall be con-
structed of copper tube standard ultra -high molecu-
lar weight high density polyethylene plastic pipe,
meeting or exceeding PE 3306 of Commercial Standard
255 -63 and has NSF approval; or Polybutylene plas-
tic pipe which shall meet or exceed ASTM D -2666 and
has NSF approval.
04 -02.9 Corrugated Plastic Pipe (Perforated)
Corrugated plastic pipe shall be light- weight poly-
ethylene construction and conform to Commercial
Standards CS228 -61. The pipe shall have 1/2 inch
perforations, 6 holes per foot. The pipe shall be
Channel Flow Type as manufactured by Rancor, Inc.,
Findlay, Ohio.
04 -02.10 Flexible Couplings (FC)
Shall be sleeve -type, with the stop removed in the
middle ring. Couplings located underground shall
be Smith -Blair 431 for the sizes provided therein.
Otherwise, underground couplings shall be Smith -
Blair 411 or Dresser Style 38 with a fusion epoxy
coating. Above ground couplings shall be Smith -
Blair 411 or Dress Style 38.
04 -5/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
04 -02.11 Flanged Coupling Adapters (FCA)
Flanged coupling adapters, with anchor studs and /or
harnesses as indicated on the Drawings, shall be
Smith -Blair 912 or Christy Metal Products, Inc.,
Type 2011 for nominal diameters from 3 to 12 inch-
es. For diameters greater than 12 inches, adapters
Anchorage across flexible coupling with bent rods
will not be permitted.
04 -02.12 Gaskets
All gasket material shall be Crane's "Cranite" 1/16
inch asbestos sheet packing. Gaskets shall be
coated with thread lubricant when being installed.
Flange bolts shall conform to ASTM A -307.
04 -02.13 Concrete Steel Cylinder (CSC)
Concrete steel cylinder pipe shall conform to
A.W.W.A. C -301.
04 -03 PLUMBING
04 -03.1 General
The Contractor shall furnish and install all pip-
ing, valves, fittings, and accessories to provide a
complete plumbing installation as shown on the
Plans and as specified. All materials shall be new
and undamaged, and shall conform to the Specifica-
tions and to applicable codes. •
04 -03.2 Rules and Regulations
All work and materials shall be in full accordance
with the latest rules and regulations of the
National Fire Prevention Association and the State
Fire Marshal; the safety orders of the State Divi-
sion of Industrial Safety; the National Electric
Code; the Uniform Plumbing Code, published by the
Western Plumbing Officials Association; and other
applicable local or state laws or regulations.
Nothing in the Drawings or Specifications is to be
construed to permit work not conforming to these
codes.
When the Specifications call for materials or con-
struction of a better quality or larger sizes than
required by the above mentioned rules and regula-
tions, the provisions of these Specifications shall
04 -6/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
take precedence over the requirements of the said
rules and regulations.
The Contractor shall furnish, without any extra
charge, any additional material and labor when re-
quired by the compliance with these rules and regu-
lations, though the work be not mentioned in these
particular Specifications or shown on the Draw-
ings.
Spaces are provided in the design for the construc-
tion of the building to install the plumbing work
and the Contractor shall keep all pipe within the
furring lines established on the Drawings, unless
pipes are shown exposed.
All pipes shall be run in the approximate locations
shown and shall be of sizes given on the Drawings.
Unless otherwise shown, pipelines shall be run
parallel to, or at right angles to, the structure.
Piping must be offset wherever necessary to obtain
head room. In all cases, pipelines shall be in-
stalled to conform to the actual conditions found
in the building such as offsetting to clear struc-
tural members, etc.
Holes for pipes through walls, domes, or ceiling
shall be lined with 24 -gauge galvanized steel
sleeves with one -half inch (1/2 ") flanges each end.
Where all posed pipes pass through walls, ceilings,
or floors, they shall be fitted (in lavatory and
chlorine rooms) with chrome - plated plates. Plates
must be securely held in position, allowing enough
clearance to care for expansion.
Pipes through the roof shall be flashed and made
watertight using SEMCO 6 pound seamless lead flash-
ing with six inch (6 ") skirt- and -caulk type counter
flashing sleeve.
Wherever changes in sizes of piping occur, the
changes shall be made with reducing fittings, as
the use of bushings will not, in general, be per-
mitted. Eccentric reducing fittings shall be used
wherever necessary to provide free drainage of
lines.
All "horizontal" drainpipes within the building
shall have a minimum of one - quarter -inch (1/4 ")
pitch per foot, unless other marked or required to
obtain the indicated inverts.
04 -7/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Cleanouts shall be installed where required or
where indicated on Drawings. No cleanouts or
valves shall be installed in inaccessible places.
Where valves, traps, or cleanouts are installed in
furred ceilings or walls, the Contractor shall fur-
nish and install access plates and frames in the
furring.
The Contractor shall thoroughly clean all plumbing
fixtures and trim free from rust, dirt, etc., be-
fore any covering or painting is done or the system
put in readiness for final inspection.
The Contractor shall protect all vitreous - finished
surfaces of fixtures with heavy paper plaster here-
on, or by other means, throughout the period of
construction.
The piping system shall be flushed out until it is
thoroughly clean in the judgement of the Engineer.
All openings into pipes shall be effectively capped
to keep foreign matter out while under construc-
tion.
After the completion of all work, all resulting
debris shall be removed to leave the entire work in
a complete and undamaged condition and the system
adjusted to proper operation.
04 -03.3 Materials
Fixtures: Fixtures are specified on the Plans.
Floor Drains and Traps: Floor drains shall be cast
iron as manufactured by number as shown on the
Drawings. Traps shall be cast iron and shall be
installed as near as possible to the unit which
they service.
Dielectric Fittings: Shall be provided wherever
dissimilar metals are connected.
04 -04 INSTALLATION OF PRESSURE LINES
04 -04.1 General
All pipe and fittings shall be carefully examined
for defects and no piece shall be installed which
is shown to be defective. Special care shall be
04 -8/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
taken to avoid leaving bits of wood, dirt, and
foreign particles in the pipe.
Every precaution shall be taken to prevent foreign
material from entering the pipe while it is being
placed in the line. If the pipe laying crew cannot
place the pipe in the trench without getting earth
into it, the Engineer may require that, before low-
ering the pipe into the trench, a heavy, tightly
woven canvas bag of suitable size shall be placed
over each end and left there until the connection
is to be made to the adjacent pipe. During laying
operations, no debris, tools, clothing, or other
materials shall be placed in the pipe.
At times when pipelaying is not in progress, the
open ends of pipe shall be closed by a watertight
plug or other means approved by the Engineer.
Pipe shall be laid with the bell ends or coupling
ends facing in the direction of the laying unless
directed otherwise by the Engineer or specifically
indicated on the Drawings.
All pipe shall be carefully placed and supported at
the proper line and grade, and shall be sloped to
permit drainage. Minor adjustment may be necessary
to avoid architectural and structural features.
Major relocations shall be approved by the Engi-
neer. Minimum earth cover shall be 30 inches, un-
less otherwise shown on the Drawings.
Sufficient screw unions, flanges joints, or flex-
ible couplings shall be used to allow the conven-
ient removal of any run of pipe without removing
adjacent runs or equipment. Where practicable,
make -up joints have been indicated on the Drawings;
however, omission of these joints from the Drawings
does not excuse the Contractor from their installa-
tion. Whenever a pipe larger than 3 inches in dia-
meter is cast or grouted in place and passes from
concrete to earth, a flexible coupling must be used
on the earth side. Bare metal pipe passing from
concrete to earth shall be wrapped with Scotch Wrap
50 for 3 inches each side of the concrete face on
the earth side.
Air piping from the air supply (compressor and
receiver) to electric solenoid air control valve
shall be galvanized iron pipe per Section 04 -02.3.
04 -9/13 3/83
1
1
1
1
1
1
r
1
1
1
1
1
1
1
1
1
1
1
1
Air piping from the electric solenoid air control
valve to the pneumatic valve shall be copper pipe
per Section 04 -02.7. Size of copper pipe per valve
manufacturer's recommendations.
04 -05 INSTALLATION OF GRAVITY LINES
Wherever possible, the Contractor shall avoid the
distribution of pipe to the trench site too far in
advance of the laying operations. The Contractor
shall exercise care in the unloading of the pipe so
as to avoid damage caused by the unloading opera-
tions.
Immediately preceding the laying of a length of
sewer pipe, it shall be visually checked for dam-
age, defects, and to ensure that the inside of the
pipe is clean and free from debris.
Both bell and spigot shall be clean before the
joint is made, and care shall be taken that nothing
but the joint- making material enters the joint.
If water is encountered in the trench, it shall be
kept below the bottom of the bell of the pipe.
Should the water, through neglect or otherwise,
rise in the trench before the jointing operation is
completed, the anular space in all pipe so affected
shall be freed of all water and foreign matter and
thoroughly cleaned before completing the jointing
operation.
When pipe laying is not in progress, the forward
end of the pipe shall be kept effectively closed
with an approved temporary barricade.
04 -06 CLEANING, TESTING AND DISINFECTION
04 -06.1 General
Pressure and gravity lines shall be cleaned of all
foreign matter and tested in the presence and to
the satisfaction of the Engineer. Leakage shall be
corrected or, in the case of the sewer lines, shall
be brought within the allowable limit at the Con-
tractor's expense.
The Contractor shall furnish the necessary pumps,
labor, equipment, and materials, and shall assist
the Engineer in making tests of the completed sys-
tem before the system is placed in operation or
connected to other lines.
04 -10/13 3/83
1
1
1
1
1
1
v
1
1
1
1
1
1
1
1
1
1
1
04 -06.2 Cleaning
The gravity and pressure lines shall be flushed
clean prior to testing or disinfection.
04 -06.3 Disinfection
Potable water systems shall be disinfected in ac-
cordance with AWWA C -601 "Procedure for Disinfect-
ing Water Mains ".
04 -06.4 Testing
04- 06.4.1 Pressure Lines (Except Perforated Pipe)
Each section of the pipe to be tested shall be
slowly filled with water, and all air shall be
expelled from the pipe. The release of the air can
be accomplished by opening valves and service line
cocks at the high points of the system and at all
dead ends. The valves controlling the admission of
water into the section of pipe to be tested should
be opened wide before shutting high point valves
and cocks. After the system has been filled with
water and air expelled, all the valves controlling
the section to be tested shall be closed, and the
line be allowed to set for a period of not less
than 24 hours. The system shall then be tested for
a period of one (1) hour at a hydrostatic pressure
of 150 psi or 1.5 times the maximum operating pres-
sure.
There shall be no leakage for an all- welded pipe-
line or one joined with mechanical couplings.
If defects are found or the line does not meet the
allowable leakage rate, the Contractor shall locate
the leaks, make the necessary repairs at his own
expense, backfill, and repeat the pressure and
leakage tests in the presence of the Engineer as
specified above. No pipeline section shall be ac-
cepted until the leakage is within the specified
allowance.
04- 06.4.2 Air and Gas Piping
Air and gas piping shall be tested for a period of
four (4) hours at 100 psi or 1.5 times the operat-
ing pressure, whichever is greater. There shall be
no drop in pressure allowed.
04 -11/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
04- 06.4.3 Chlorine Solution Piping
Chlorine solution piping shall be tested with air
for a period of four (4) hours at a pressure of 100
psi. There shall be no leakage allowed.
04- 06.4.4 Gravity Lines
No pressure test shall be required.
04 -06.5 Marking Tape
Detectable mylar marking tape will be installed
over all non - metallic pipe lines. Care will be
taken to insure that the buried marking tape is
mylar encased aluminum foil. Test data for the
tape will be provided on request.
04 -07 PIPE INSULATION
Where called for on the Plans for larger than 4 ".
04 -07.1 Insulation
The insulation shall be pre - molded sectional ure
thane pipe covering with an All Service Jacket
(ASJ) manufactured by Southwest Insulators, Inc. or
approved equal. Fittings shall be mitered sections
of the same insulation material wrapped with glass -
fab and sealed with a primer coat of Foster 30 -36
and finished with a final coat of Foster 60 -26. In
lieu of mitered fittings, fittings can be wrapped
with a fiberglass wrap and finished with a pre -
molded PVC fitting cover and sealed with a coat of
Foster 60 -26.
04 -07.2 Outside Piping
All outside insulation piping shall be finished
with 15 lb. roofing felt staped on 2" centers with
all longitudinal and butt seams overlapping a mini-
mum of 2" and sealed with Foster 60 -26 weather-
proofing. 36" Black Glass Fab may be substituted
in lieu of 15 lb. roofing felt.
04 -07.3 Valves
Valves and flanges shall be insulated with prefab-
ricated urethane insulation covers as manufactured
by Southwest Insulators, Inc. Covers shall be
04 -12/13 3/83
1
1
1
1
1
1
r
1
1
1
1
1
1
1
1
r
1
I
1
wired in place. All voids shall be made solid by
pouring liquid urethane in the valve and flange
covers. The covers shall be finished with black
glass fab and sealed with a coat of Foster 60 -26
weatherproofing.
04 -08 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
item. Include cost of same in Contract prices bid
for item of which this work is a component part, or
include in yard piping.
04 -13/13 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 05 - VALVES, GATES AND APPURTENANCES
05 -01 GENERAL
05 -01.1 Scope
Work Included: The Contractor shall furnish and
install the valves, valve boxes, stops, and gates
as specified in their respective locations as de-
lineated on the Drawings or as required for the
proper functioning of each section of pipeline con-
cerned.
05 -01.2 Standard Requirements
In general, all valves 2 -1/2 inches and smaller in
diameter shall be provided with screwed ends and
all valves larger than 2 -1/2 inches in diameter
shall have flanged or bell ends unless otherwise
indicated on the Plans or in these Specifications.
Flanges shall be dimensioned, faced, and drilled to
the 125 -pound "American Standard" All mechanical
joints shall conform to ASA Specifications A -10 and
A -11 to fit the piping. The dimensions of the
sockets of hub and gate valves shall conform to the
dimensions for Class "D" special castings as re-
quired by the AWWA Standard Specifications for cast
iron pipe and special castings. All necessary
caulking materials, gaskets, bolts, and nuts shall
be provided.
Valves shall be carefully installed in their re-
spective positions, accessible for operation and
repair. Unless specified in Drawings, valves shall
be of the same sizes as the pipelines in which they
are installed and stems shall not be installed
pointing down. Valves shall be left in satisfac-
tory operating condition, free from all distortion
and strain. The valves or gates shall be connected
to floor stands where required. All stem guides
shall be accurately aligned and secured.
Valves shall be supplied with suitable operating
keys, levers, handwheels, or chain operators as re-
quired.
All valve operators shall turn in a counterclock-
wise direction to open the valve.
All valves located in the plant shall have graduat-
ed dial for accurate metering.
05 -1/6 3/83
1
1
1
1
1
v
1
1
1
1
1
1
1
1
1
1
1
05 -01.3 Testing
All valves shall be tested in place so far as prac-
ticable under the conditions specified and any de-
fects revealed in valves or connections under test
shall be corrected.
05 -01.4 Protection and Painting
Floor stands, hydraulic cylinders, valves, and
gates shall be protected at all times, both before
and after erection until the completion of the
work, from rust or other damage. After installa-
tion, all valves except bronze valves and those
underground shall be painted in accordance with the
painting requirements of the pipelines of which
they are a part, and the same color as the pipe.
Bright or rubbing parts shall not, however, be
painted, but shall be protected with an approved
lubricant.
05 -02 VALVES
05 -02.1 Gate Valves
All double disc gate valves shall have their stems
in a vertical position or designed for proper oper-
ation in the positions shown on the Drawings and
shall have the same clear internal diameter as the
pipe on which they are placed.
All double disc gate valves located above ground,
or in building and pumping station, shall be out-
side screw and yoke, operated with a handwheel or
hydraulic cylinder.
All double disc gate valves, 2 -1/2 inches and larg-
er, located underground shall be nonrising stem
equipped with square operating nut. Gate valves
installed below ground shall be provided with valve
boxes and removable covers.
All gate valves 2 -1/2 inches in diameter and small-
er shall be brass with rising stems, a double disc,
and parallel seats, and for a working cold water
pressure of 200 pounds and a saturated steam pres-
sure of 125 pounds. These gate valves shall be
screwed unless otherwise shown in Drawings and
shall be Crane Valves No. 430 as manufactured by
the Crane Company, San Francisco, California, or
Stockham No. B -114 as manufactured by Stockham
Company, Inc.
05 -2/6 3/83
1
1
1
1
1
1
1
1
1
1
i
1
1
1
1
1
1
Gate valves larger than 2 -1/2 inches shall be
flanged, faced, and drilled, iron body, bronze -
mounted, parallel seat, double disc, eccentric stem
nut, bottom wedge type, outside screw, and yoke,
operating with handwheel or hydraulic cylinder - or
hub end, nonrising stem with square operating nut
as required by location. These valves, 2 -1/2 inch-
es and larger, shall conform to AWWA C -500 with "0"
ring seal. Valves 14 inches and larger shall be
equipped with bypasses to conform to AWWA C -500.
05 -02.2 Check Valves (Water Service)
All check valves shall be of a type that will oper-
ate in the position shown on the Drawings. Assur-
ance must be given by the manufacturer that the
check valves will function without slamming when
operating in the locations and with the head condi-
tions shown on the Drawings. Check valves that do
not meet and perform to these requirements will be
rejected.
On lines 2 inches and under, check valves for water
shall be Stockham Figure B -345, Kennedy No. 444, or
Grove Chex -f to Model 61.
On lines larger than 2 inches, check valves for
water shall be Apco Silent Check or Clayton Valve
No. 60P, 81B, 91 and 92L as manufactured by Cla -Val
Company.
05 -02.3 Plug Valves
Valves shall be of the non - lubricated, eccentric
type with resilient faced plugs and screwed, flang-
ed, or mechanical joint ends as shown on the Draw-
ings. Bodies shall be semi -steel with raised
seats. Seats in valves shall have a welded -in
overlay of high nickel content on all surfaces con-
tacting the plug face. Valves shall have perma-
nently lubricated, stainless steel bearings in the
upper and lower plug stem journals. All valves
shall be of the bolted bonnet design. All 4 -inch
and larger valves shall be designed so that they
can be repacked without removing the bonnet and the
packing shall be adjustable. All exposed nuts,
bolts, springs, and washers shall be zinc plated.
Flanged valves shall be faced and drilled to ANSI
125 /150 -pound standard. Flanges of valves through
12 -inch shall have face -to -face dimensions of stan-
dard gate valves.
05 -3/6 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Manual valves shall have lever or gear actuators
and tee wrenches, extension stems, floor stands,
etc., as indicated on the Drawings. All valves 8
inches and larger shall be equipped with gear actu-
ators. All gearing shall be enclosed in a semi -
steel housing and be suitable for running in a lub-
ricant with seals provided on all shafts to prevent
entry of dirt and water into the actuator. The
actuator shaft and the quadrant shall be supported
on permanently lubricated bronze bearings. Actua-
tors shall clearly indicate valve position and an
adjustable stop shall be provided to set closing
torque. All exposed nuts, bolts, and washers shall
be zinc plated.
Valves and gear actuators for buried or submerged
service shall have seals on all shafts and gaskets
on the valve and actuator covers to prevent the
entry of water. Actuator mounting brackets for
buried or submerged service shall be totally en-
closed and shall have gasket seals. All exposed
nuts, bolts, springs and washers shall be stainless
steel.
05 -02.4 Hose Valves (Hose Bib)
Hose valves shall be 3/4 inch in size and shall be
rough brass and bronze composition disc Crane No.
58, or equal.
05 -02.5 Globe and Angle Valves
Globe and angle valves, bronze with threaded ends,
composition disc, and for a working pressure of 200
pounds cold water. The design of the valves shall
be such that the area of the port opening, when
valve is wide open, is not less than the area of
the pipe in which the valve is installed. The
valves shall be as manufactured by the Crane Com-
pany, San Francisco, California, or equal.
05 -02.6 Chlorine Valves
Valves for dry chlorine gas service shall be ball
valves rated for 300 pounds, carbon steel body in
accordance with ASTM A -105, screwed -end connection,
monel ball and stem, teflon seating, and seals per
Chlorine Institute Pamphlet No. 6. Valves shall be
as manufactured by WKM Division of ACF Industries
or the Jamesbury Corporation, or equal.
05 -4/6 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Valves for chlorine solution shall be thermoplastic
ball valves, true union design of PVC material with
teflon seats and viton seals as manufactured by
Cabot Piping Systems or Grinnel- Saunders diaphram
valves as supplied by the Grinnel Company, or
equal.
05 -02.7 Air Line Valves
Air line shut off valves at each distribution air
line shall be DeZurile eccentric plug valves with
resilient face, series 100 or WKM ball valves. At
the centrifugal blowers, valves shall be Hoffman
butterfly valves, flanged. Check valves at the
blowers shall be Hoffman flanger, discharge check
valves, or equal.
05 -02.8 Pressure Relief Valve
The pressure relief valve located on the effluent
discharge header shall be a six (6) inch Clayton
Model 50 or Clayton Model 50A, as noted on Plans,
as manufactured by Cla -Val Company, Newport Beach,
California, or equal.
05 -02.9 Butterfly Valves
Butterfly Valves shall conform to requirements of
AWWA C -504 and shall be Dezurik, or equal, with
cast iron body and a moulded rubber seat, recess
mounted.
Valve operation shall be capable of holding the
valve in any position between open and closed with-
out creeping or fluttering. Buried valves shall
have sealed grease packed gear- operating nut with
suitable stem extension to within one foot of the
ground surface and tee wrench. Interior valves
shall be equipped with gear units and handwheels.
Pneumatic operators shall be supplied per the valve
manufacturer's recommendations.
05 -02.10 Valve Boxes
Valve boxes shall be furnished and installed on all
buried valves. Boxes shall be either cast iron or
precast concrete as shown on the Plans.
Cast iron valve boxes shall be firmly supported,
centered, and plumb over the operating nut and up-
per portion of the valve with the valve box cover
05 -5/6 3/83
1 1
1
r
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
flush with the finished grade. Cast iron valve
boxes shall be Iowa F -2450 or Mueller H -10360 with
extension pieces as required.
The concrete box and extension shall be firmly sup-
ported, centered, and plumb over the valve. The
box and extensions shall be a Model 3RT as manufac-
tured by Brooks Products, or equal.
Valve boxes located in unprotected areas shall be
equipped with a 3 inch thick foam insulation layer
attached to the underwise of the valve cover. The
insulation material shall be approved by the Engi-
neer.
05 -02.11 Backflow Preventer
The backflow preventer valve assembly shall be the
pipe size and at location as shown on the Plans,
Clayton Model D -2 as manufactured by Cla -Val Com-
pany, or approved equal.
05 -02.12 Pressure Regulator
The pressure regulating valve shall be a pressure
reducing valve the pipe size and at the location as
shown on the Plans, Clayton 90G -01 series, set for
100 psi delivery pressure, as manufactured by Cla-
Val Company or approved equal.
05 -02.13 Pneumatic Operators
Cylinders shall be suitable for operation with min-
imum 50 psi, pneumatic supply. Piston rods shall
be chrome plated. Cylinder pivots shall have bear-
ings. All cylinder actuators shall be provided
with stationary supply connections and flexible
cylinder supply lines to allow rigid supply piping
to the valve. Valves shall be furnished complete
cylinder and 4 -way solenoid. Solenoid shall be
120/60/1 a.c., NEMA IV, and shall include speed
control and manual override.
All valves and actuators shall be FIG 632 as manu-
factured by DeZurik, or approved equal.
05 -03 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
Item. Include cost of same in Contract prices bid
for item of which this work is a component part, or
include in yard piping.
05 -6/6 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 06 - ELECTRICAL
06 -01 SCOPE
The work covered by this section of the Specifica-
tions consists of furnishing all labor, equipment,
supplies, and materials, including cutting, channel-
ing, and chasing, necessary for the installation of
a complete system for power and lighting and other
systems as indicated, electrical service connections
and electrical equipment, in strict accordance with
this section of the Specifications and the applic-
able drawings, and subject to the terms and condi-
tions of the Contract.
06 -02 APPLICABLE SPECIFICATIONS AND STANDARDS
The following Specifications and standards shall
form a part of these Specifications:
National Board of Fire Underwriters, National
Electric Code (Current Edition)
Underwriter's Laboratories, Inc. (Standards)
06 -03 GENERAL CONDITIONS
The electrical division of the work is a part of the
general contract, and the general conditions, in-
cluding and supplementary general conditions, which
precede the main body of the Specifications and
shall govern all materials and labor to be furnished
under this section of the Specifications and all
procedures.
06 -04 PLANS AND SPECIFICATIONS
The Specifications are accompanied by Plans showing
the location of all outlets and the details of the
proposed electrical installation. The Drawings and
these Specifications are complimentary, each to the
other and what is called for by one shall be as
binding as if called for by both. The Contractor
shall, upon completion of the electrical installa-
tion, provide the Engineer with drawings and details
of electrical work that differs from the Contract
Documents. In case of conflict in the Drawings and
the Specifications, the one requiring the larger
capacity or better quality shall govern. All equip-
ment requiring electrical power, specified under
06 -1 /10 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
this or other sections of the Specifications or
Drawings shall be connected complete. The Contrac-
tor's electrician shall notify the building manufac-
turer of any additional frame work necessary to sup-
port the control panels per the Drawings and Speci-
fications.
06 -05 CODES, PERMITS AND INSPECTIONS
The installation shall comply with all local and
state laws applying to electrical installation, and
with the regulations of the latest issue of the
National Electrical Code, where such regulations do
not conflict with the laws and local ordinances now
in effect. These regulations shall be considered as
minimum requirements. The Drawings show the instal-
lation as it shall be installed with the minimum re-
quirements of the codes above as a base, and all
cost incident thereto shall be included in the Con-
tractor's Bid. The Contractor shall obtain all per-
mits and licenses required by the local ordinances
and shall include the costs of all such permits, re-
quired for this installation in his bid. Upon com-
pletion of the work, the Contractor shall furnish
the Engineer a certificate of final inspection and
approval from the appropriate local inspection au-
thority.
06 -06 PROGRESS AND GUARANTEE
The Contractor shall coordinate the progress of the
electrical work with the progress of the work of the
other trades on the job, and shall complete the
electrical installation as soon as the condition of
the building will permit. The Contractor shall
leave the entire electrical installation in proper
working order and shall, without additional charge,
replace any work or material which develops defects,
except from ordinary wear and tear, within one (1)
year from the date of the Owner's acceptance of the
building.
06 -07 CUTTING: REPAIRING
The Contractor shall do all cutting, channeling,
patching, etc., incidental to the electrical work.
He shall arrange with the General Contractor for all
necessary work openings or chases.
06 -2/10 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
06 -08 BASIC MATERIALS AND METHODS
All materials shall be new and shall conform with
the standards of Underwriter's Laboratories, Inc. in
every case where such a standard has been establish-
ed for the particular type of material in question.
All work shall present a neat and mechanical appear-
ance when complete and shall be executed in a work-
manlike. manner. In all cases the work shall be done
to the satisfaction of the Engineer.
06 -09 CONDUIT SYSTEM
All above ground wiring installed on the project
shall be run in an enclosed system of conduit unless
specifically provided or necessitated otherwise by
the conditions of the installation. Unless provided
otherwise, all conduit shall be galvanized, heavy -
wall, rigid metallic with fittings of corresponding
quality and design as manufactured by Triangle, Nat-
ional Electric or approved equal of sufficient size
to meet code requirements for the conductors to be
installed, but in no case smaller than 1/2 ". The
conduit system shall be arranged and installed in
such manner as to give the facility the utmost de-
gree of reliability and maintenance -free operation.
The conduit shall have an appearance of having been
constructed by competent workmen. Kinked conduit,
conduit inadequately protected or swabbed, careless-
ly threaded and joined do not give such reliability
and maintenance -free operation and will not be ac-
cepted.
All conduit runs shall be exposed on walls and
underside of roof slabs, unless indicated otherwise.
All conduit runs shall be made parallel or at right
angles to the building lines. All conduit ends
shall be reamed out after threading and kept corked
and dry during construction. All conduit shall be
swabbed out before the wires are pulled in and no
lubricant shall be used except powdered soapstone.
Bends in rigid conduit shall be made with an approv-
ed bending device unless factory bends are called
for. Pipe sleeves of min. #22 gauge galvanized
steel shall be installed for all conduit that pass
through concrete floors or walls. The sleeve shall
be properly secured in place with approximately 1/4"
space between each sleeve and the surface of the
pipe. Where conduits enter the building underground
from outside, I.P.S. wrought iron sleeves shall be
06 -3/10 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
used. The space between the sleeves and the conduit
shall be caulked with a suitable plastic expandible
compound that will prevent the entrance of
moisture.
All conduit shall be equipped with double locknuts
and steel body, plastic insulating bushings where
such conduit enter panelboards, pull- boxes, junction
boxes, wireways and the like. All conduit that en-
ter into equipment free of the metal cabinet work
and also where indicated, shall be equipped with a
grounding type insulated bushing. A copper ground-
ing conductor shall be bonded to the cabinet frame-
work and to the grounding lug of the insulated bush-
ing. Conduit shall enter all panelboards, pull -
boxes, junction boxes, outlet boxes and the like
straight and true. Conduit installed cocked or not
plumb will not be accepted and work so installed
shall be replaced by the Contractor.
Neoprene jacketed metallic - flexible conduit shall be
used to extend conduit connections to all motors and
other comparable pieces of equipment or as indicated
on the Drawings. The length of flexible connection
shall not be less than 24 inches.
All underground wiring will be placed in direct bur-
ial PVC rigid conduit using an approved grounding
conductor installed in accordance with the recommen-
dations of the manufacturer. A 2" thick cap of 1500
psi concrete will be poured over the underground
conduit. The top of the concrete cap will have 24"
of cover.
06 -10 CONDUCTOR
A complete system of conductors shall be installed
in the raceway systems. Conductors, unless other-
wise indicated, shall be thermoplastic - insulated
type TW. Home runs may be combined in one conduit,
provided all connections are in accordance with
National Electrical Code requirements and the maxi-
mum unbalanced current in the neutral does not ex-
ceed the capacity of the conductor. All conductors
to be copper.
06 -11 ELECTRICAL SERVICE SYSTEM
The primary and secondary lighting and power service
will be as indicated on the Drawings. The Electri-
cal Contractor shall furnish and install the service
06 -4/10 3/83
and the service equipment as shown on the Drawings.
The Electrical Contractor shall furnish and install
all enclosed safety switches complete with the fuses
where shown on the Drawings. Items installed out-
side shall be "raintite ".
06 -12 GROUNDING SYSTEM
The conduit systems and neutral conductor of the
wiring system shall be grounded. The ground connec-
tion of the electrical system neutral and conduit
system shall be made at the main service switch. A
bard copper ground conductor, sized in accordance
with the National Electrical Code shall be provided.
Secondary equipment in isolated locations shall be
effectively bounded and permanently grounded. The
ground shall serve for both the electric and equip-
ment when applicable.
06 -13 TEMPORARY POWER
Temporary power shall be provided by the Contractor.
06 -14 ELECTRICAL DISTRIBUTION SYSTEM
Outlets shall be installed in the locations shown on
the Drawings. The Contractor shall study the con-
struction plans in relation to the spaces surround-
ing each outlet in order that his work may fit other
work required by these Specifications. When neces-
sary, the Contractor shall relocate outlets so that,
when fixtures or other fittings are installed,' they
will not interfere with other work or equipment.
Zinc - coated or cadmium plated sheet steel boxes
shall be used unless otherwise specifically noted or
required. Boxes shall be installed in rigid and
satisfactory manner. Switch, telephone and recep-
tacle outlet boxes, except where otherwise specified
or required, shall be steel 2- inches deep. Switch
and receptacle boxes containing not more than one
device and no splices or tape may be of the "Handy"
or "Universal" type.
Pull boxes shall be constructed of code -gage galva-
nized sheet metal, of not less than the minimum size
recommended by the National Electrical Code. Boxes
shall be furnished with screw - fastened covers.
06 -5/10 3/83
06 -15 BRANCH CIRCUITS
Branch - Circuit conductors shall not be smaller than
No. 12 AWG, except that conductors for branch cir-
cuits whose length from panel to center of load ex-
ceeds 100 feet shall not be smaller than No. 10 AWG.
Conductors for control circuits may be No. 14 AWG.
Conductors shall be continuous from outlet to out-
let, and no splices shall be made except within
outlet or junction boxes. Junction boxes may be
utilized where required. Wire connectors of insu-
lating material or solderless pressure connectors,
properly taped, shall be utilized for all splices in
wiring where possible. Soldered joints insulated
with tape shall be kept to a minimum. Vinyl plastic
tape will be used where required.
06 -16 WIRING DEVICES
(a) Duplex convenience receptacles shall be rated 20
amperes at 125 volts. Bases shall be constructed of
gray pheonolic composition. Receptacles shall be
both back and side wired. Mounting straps shall have
plaster ears. Receptacles to be of the grounding
type, specification grade. All receptacles shall
have a separate ground wire from the grounding screw
to a grounding stud in the outlet box.
(b) Wall switches shall be of the silver contact "A"
type. Switching mechanism shall be complete within
itself and shall not depend on mounting straps as a
functional part of the switching action. All switch-
es shall be specification grade. Switches shall be
AC rated for 20 amperes or as noted. Single pole and
three -way switches shall be rated 125 volts and shall
have an ampere rating for the connected lamp loads.
No switches shall be located behind doors without
specific written authorization by the Engineer.
06 -17 LIGHTING FIXTURES
Light fixtures, complete with bulbs, shall be fur-
nished and installed at the various locations as
shown on the Plans by symbol or other appropriate
notation and unless specifically provided otherwise,
the respective types shall be as follows:
06 -6/10 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
06 -17.1 Outdoor Floodlights
Outdoor floodlights shall be two -light and three -
light cluster outdoor lighting fixtures with Par -38
lamps for installation on the building exterior in
quantities and locations as shown on the Plans.
06 -17.2 Industrial Type, Guarded and Enclosed Fixtures
Industrial type, guarded and enclosed fixtures for
either outside or inside installations shall be
"Crouse -Hinds Series VXH ", or equal, with appro-
priate mounting brackets, boxes or other accessories
adapted to the particular installation, which may be
located on a ceiling, soffit, or sidewall, as indi-
cated on the Plans. Fixture bulbs shall normally be
200 watt, unless noted otherwise.
06 -17.3 Interior Shallow Dome Reflector Lights
Interior shallow dome reflector lights shall be
"Benjamin Series H ", or equal, suitably adapted for
the particular mounting condition. Such lights
shall normally be 14" diameter with 200 watt bulbs,
unless noted otherwise.
06 -18 LAMPS
Lamps shall be furnished and installed by the Con-
tractor. Incandescent lamps and fluorescent tubes
shall be as manufactured by Westinghouse, G.E. or
Sylvania. Flourescent tube color shall be cool
white.
06 -19 OTHER SYSTEMS
Other systems shall be as specifically indicated on
the Drawings. All empty conduits shall be provided
with #9 iron pull wire.
06 -20 ELECTRICAL POWER EQUIPMENT
06 -20.1 Control Equipment
The Contractor shall furnish and install all motor
starter and electrical control equipment as noted on
the Drawings. All starters furnished shall be of
the same make.
06 -7/10 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
06 -20.2 Control Wiring
The Contractor shall furnish and install all wir-
ing.
All control wiring shall be tagged in each box and
at each termination. The controls shown on the
Drawings are for the convenience of the Contractor
and may not be complete in all details for the
equipment selected for installation. The Contractor
shall coordinate all work and equipment installation
to insure that all components of electrical control
system will perform their intended function.
All control wiring shall be installed in strict ac-
cordance with this and other paragraphs of the elec-
trical specification.
Motor Disconnect Means: Each motor not within sight
of disconnect switch or not within 2rTeet of dis-
connect switch shall be provided with a disconnect-
ing means even though not indicated on the Drawings.
A switch with bus fuse holders and fusetrons (sized
according to actual motor rating) shall be provided
at each motor (each underground conductor shall be
fused). Switches of 30 to 400 ampere capacity shall
be of the enclosed, quickmake and quick -break type,
housepower rated. Switches shall disconnect all
ungrounded conductors.
Lightnin Arresters and Surge Capacitors shall be
furnished-on the secondary service of each project.
Lightning arresters shall be Thyrite type, G.E.
9L15BCC003 or approved equal suitable for the parti-
cular installation. Lightning arresters and surge
capacitors shall also be provided on motor feeders
of motors 50 B.P. or greater.
Transformers may be required on certain installa-
tions where operating voltages other than that fur-
nished by the power company are required. In such
cases, the Contractor shall furnish and install the
necessary transformer(s) which shall be Dry -Type
General - Purpose of proper type and size for the in-
tended load as manufactured by G.E. or approved
equal.
Phase Monitoring shall be furnished on the incoming
secondary service to protect the motors from a phase
unbalance, phase reversal or single phase on the 240
06 -8/10 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
or 480 volt, 3 phase, 4 -wire incoming power service.
Install the phase monitoring equipment in the pump
motor starter enclosures or in a separate enclo-
sure.
Turner Controls #TC30B -480 with variable setting
timer, or approved equal, phase monitoring equipment
shall be installed.
06 -21 ELECTRIC MOTORS
Electric motors shall be of the size and voltage
shown on the Plans and shall conform to the stan-
dards of the American Institute of Electrical Engi-
neers. Enclosures for motors shall be waterproof
except for motors located within the Plant Building.
For motors connected to pumps or drive units, the
motor shall have thrust bearings of adequate capa-
city to safely carry the weight of rotating parts
and any unbalanced thrust. Motors shall be General
Electric, Westinghouse or Reliance or approved
equal.
06 -22 SHOP DRAWINGS
Complete electrical and dimensional drawings, along
with a detailed functional description shall be pro-
vided prior to fabrication for approval by the Con-
sulting Engineer. Complete catalog literature
detailing component capabilities shall also be in-
cluded. Refer to Section 13 - Shop Drawings.
06 -23 EQUIPMENT FINISH
All cubicles, cabinets, enclosures, brackets, doors,
panels, hinges, and other items are to be thoroughly
cleaned and a phosphotizing treatment shall be ap-
plied prior to the application of any paint. The
phosphotizing shall chemically convert the metallic
cabinets to a non - metallic phosphate coating. After
the phosphotizing treatment has been applied, the
primer will be sprayed on to a minimum thickness of
1 mil. and flash baked for five (5) minutes at 300
degrees F. Paint applied over untreated metal is
not acceptable. Finish coats will then be applied
over the baked on enamel to a thickness of 1 -1/2
mils. The units must then be rebaked thirty (30)
minutes at 300 degrees F. or adjusted equivalent.
At least two (2) colors shall be selected by the
Engineer from the equipment manufacturer's standard
chart of at least fifteen (15) colors.
06 -9/10 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
06 -24 GUARANTEE
All control equipment shall be guaranteed against
defects in material and workmanship for a period of
one (1) year from the date of system acceptance.
06 -25 HEATING EQUIPMENT
Electric unit space heaters shall be furnished and
installed at such locations as are shown on the
Plans or as otherwise specified. Heaters shall be
2000 watt units manufactured by one of the follow-
ing: ILG, Wesix, Electromode, Nu -Tone, Chromolox,
or approved equal of the size indicated. Heaters
shall be fan circulating type suitable for contin-
uous operation with thermostatic controls and mount-
ing brackets suitable for the particular installa-
tion. Where a choice of more than one voltage is
available, the unit shall be selected for the volt-
age most advantageous to the Owner based on effi-
ciency, reliability and general adaptability to the
situation.
06 -26 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
Item. Include cost of same in Contract prices bid
for item of which this work is a component part.
06 -10 /10 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 07 - PAINTING AND PROTECTIVE COATINGS
07 -01 GENERAL
The Contractor shall furnish all labor, materials,
and equipment necessary to provide painting and
protective coatings for the following items as spe-
cified herein. Preparation and application of pro-
prietary coatings specified herein shall be in
strict accordance with the manufacturer's recommen-
dations and as supplemented by these Specifica-
tions.
07 -02 SCOPE OF WORE
It is the purpose of this Specification to outline
to the Contractor the necessary procedures for ob-
taining proper coating and painting application to
achieve satisfactory performance of the materials
under actual operating conditions.
Materials, surface preparation and application of
the materials are outlined in detail and specified
only as a guide to the Contractor. All painting
and coating shall be done strictly in accordance
with the manufacturer's instructions and shall be
performed in a manner satisfactory to the Engineer.
In all cases of dispute concerning material, sur-
face preparation or application of materials, the
Engineer or coating manufacturer's interpretations
and recommendations shall take precedence.
The paints and paint products of Kopper Company,
Inc. Pittsburgh, Pa., mentioned in the following
Specification are set up as standards of quality.
The usual "or approved equal" clause shall apply.
All materials shall be brought to the jobsite in
the original sealed and labeled containers of the
paint manufacturer and shall be subject to inspec-
tion by the resident engineer on the job, or his
appointed representative. Colors, where not speci-
fied, shall be as selected by the Engineer.
All protective coatings and paints shall be stored
in enclosed structures to protect them from the
weather and from excessive heat or cold. Many
paint materials are flammable and must be stored so
as to conform with the County and State safety
codes for flammable paint materials. All emulsion-
07 -1/6 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
07 -03.1 Metal
type coatings must be protected from freezing wea-
ther. All pyrolytic or thermosetting coating
materials must be protected from heat in excess of
the manufacturer's printed instructions or recom-
mendations so as to eliminate the setting reac-
tion.
No exterior or interior coating shall be done under
conditions which jeopardize the appearance or qual-
ity of the coating in any way. The Engineer shall
have the right to reject all material or work that
is unsatisfactory.
07 -03 PREPARATION OF SURFACE
All ferrous metal to be primed in the shop shall
have all rust, dust, and scale, as well as all
other foreign substances, removed by sandblasting
or pickling. Sandblast surfaces to the equivalent
of a commercial blast surface in accordance with
National Association of Corrosion Engineers Stan-
dards NACE No. 3 or Steel Structures Painting Coun-
cil Specifications SSPC -SP6 and leave clean, dry
and ready to receive prime coat. Cleaned metal
shall be primed or pretreated immediately after
cleaning to prevent new rusting. All ferrous
metals not primed in the shop shall be sandblasted
in the field prior to application of the primer,
pretreatment, or paint. All non - ferrous metals,
whether to be shop or field primed, shall be sol-
vent cleaned prior to the application of the pre-
treatment and /or primer. In addition, galvanized
surfaces which are to receive Bitumastic No. 300 -M
as the finish coats shall be sandblasted to provide
a profile or "tooth ".
All exposed cast iron pipe, fittings, and valves
which are coated with asphaltum varnish, shall also
be cleaned to the equivalent of "commercial" sand-
blasting before painting.
After erection or installation of shop- coated metal
work, clean and retouch all rust spots, all places
where paint has been rubbed or scraped off, and all
field rivet and bolt heads and nuts. After pre-
viously applied paint has hardened, and when sur-
faces to receive succeeding coats of paint have
been perfectly cleaned and dried, apply paint in
07 -2/6 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
07 -03.3 Wood
07 -04.2 Wood
accordance with Section 10 -04 - Painting Schedule
set out below. Allow 5 days for hardening of final
coat before placing in water.
07 -03.2 Concrete
All concrete surfaces to be treated shall be clean
of all dust, form oil, curving compounds and other
foreign matter. Before applying paint or coatings
to a concrete surface the surface must either be
etched with a 20% muriatic solution or sweep sand-
blasted. Surfaces poured with concrete containing
an admixture or hardener or which are finished with
a steel trowel, may require sweep sandblasting or
"double etching" with a 20% solution of muriatic
acid before painting.
After acid etching, all surfaces should be flushed
copiously with water and allowed to dry thoroughly.
Prior to painting, all concrete surfaces shall be
clean, dry and free of dust, oil, grease or any
other foreign contaminants.
Wood surfaces shall be thoroughly cleaned and free
of all foreign matter, with cracks and nail holes
and other defects properly filled and smoothed.
Wood trim shall be sandpapered to a fine finish and
wiped clean of dust.
07 -04 PAINTING SCHEDULE
07 -04.1 Concrete and Concrete Block
Where specifically called for on the Plans the ex-
terior and interior, above grade, surfaces of
structures above shall be covered with one (1) coat
of Koppers Concrete and Masonry Filler applied at
100 square feet per gallon and two (2) coats of
Koppers 600 Acrylic Emulsion applied at the rate of
200 square feet per gallon per coat. Color shall
be noted on the Plans, Koppers Semi - Gloss.
All wood surfaces, except redwood, shall receive
one (1) coat of Kopper's 625 Undercoater applied at
400 square feet per gallon and two (2) coats of
Rustarmor 500 - Koppers Co. enamel applied at 500
square feet per gallon.
07 -3/6 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
07 -04.3 Metals
General: Prior to application of primer, all gal-
vanized surfaces, non - ferrous metals, and cast iron
piping shall be treated with Koppers 40 Passiva-
tor.
Non - submerged, exposed metal surfaces, including
but not limited to hydrants, pipes, motors, valves,
machinery, etc., shall be covered with one (1) shop
coat of Koppers 654 Primer applied so as to achieve
a minimum dry film thickness of 1.5 mils and two
(2) coats of Koppers Glamorglaze 200 Epoxy applied
so as to achieve a minimum dry film thickness of
1.5 mils per coat. Color shall be noted on the
Plans.
Non - submerged below grade metal surfaces which will
be subject to moisture and condensation, including
but not limited to machinery, pump suction, piping
and pumps, shall be coated with two (2) coats for a
total of 35 dry mil thickness of Bitumastic 50 -
Koppers applied at 60 square feet per gallon.
Submerged or intermittently submerged metal surfac-
es including, but not limited to weirs, troughs,
valves, rotary arm in clarifier, clarifier inlet
baffle and support structure, filtration system,
etc., shall be primed with one (1) coat of Koppers
294 Epoxy Primer applied so as to achieve a minimum
dry film thickness of 1.5 mils and two (2) coats of
Koppers 200 HB Epoxy applied so as to achieve a
minimum dry film thickness of 6.0 mils per coat.
If metal is not shop painted, field sandblast to
near -white finish in accordance with NACE No. 2
Standards or SSPC -SP10 surface preparations speci-
fications. After sandblasting apply one (1) coat
of Koppers 294 Epoxy Primer so as to achieve a min-
imum dry film thickness of 1.5 mils and two (2)
coats of Koppers 200 HB Epoxy so as to achieve a
minimum dry film thickness of 6.0 mils per coat.
All sandblasted surfaces should be primed the same
day they are blasted. Any blasted surfaces allowed
to sit unprimed overnight should be reblasted prior
to priming. Color shall be Dawn Blue #328.
07 -05 APPLICATION OF PAINT
On metal surfaces, the painter shall apply each
coat of paint at the rate specified by the manufac-
turer to achieve the minimum dry mil thickness re-
quired. If material has thickened or must be di-
luted for application by spray gun, the coating
07 -4/6 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
shall be built up on the same film thickness
achieved with undiluted material. In effect this
means one (1) gallon of paint as originally fur-
nished by the manufacturer must not cover a greater
square foot area when applied by spray gun than
when applied unthinned by brush. Deficiencies in
film thickness shall be corrected by the applica
tion of an additional coat of paint. On concrete,
application rates will vary according to surface
texture; however, in no case shall the manufactur-
er's stated coverage rate be exceeded. On porous
surfaces, it shall be the painter's responsibility
to achieve a protective and decorative finish
either by decreasing the coverage rate or by apply-
ing additional coats of paint.
Apply paint only when temperature and atmospheric
conditions are favorable to drying, and are such to
preclude condensation on surfaces to receive paint.
Do not apply paint when either surface or ambient
temperatures are less than 50 degrees Fahrenheit,
or when temperature drop of 20 degrees, or below 50
degrees Fahrenheit is forecast. Do not apply paint
to surfaces upon which there is frost or moisture,
nor during misty or rainy weather unless specific
approval is given.
Do not apply finish field painting to machinery,
equipment, or piping until operational testing has
been completed.
The Contractor shall submit to the Engineer, imme-
diately upon completion of the job, certification
from the manufacturer indicating that the quantity
of each coating purchased was sufficient to proper-
ly coat all surfaces. Such certification shall
make reference to square footage figures provided
to the manufacturer by the Contractor.
Drying time shall be construed to mean "under nor-
mal conditions ". Where conditions are other than
normal because of the weather or because painting
must be done on confined spaces, longer drying
times will be necessary. Additional coats of paint
shall not be applied, nor shall units be returned
to service until paints are thoroughly dry.
After installation of machinery and electrical
equipment, check base coats carefully and retouch
all damaged surface areas. Do not paint name-
plates, serial number bases, chrome or bronze trim,
or any rotating parts. Clean off any excess paint
07 -5/6 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
that impairs convenient removal of covers on gaug-
es, instrumentation, or other equipment fitted with
doors or covers.
Thinners: Where thinning is necessary, only the
products of the manufacturer furnishing the paint,
and for the particular purpose, shall be allowed,
and all such thinning shall be done strictly in
accordance with the manufacturer's instructions, as
well as with the full knowledge and approval of the
Engineer.
Colors: Unless specified on the Plans or elsewhere
in these Specifications, color of the painted sur-
faces shall be selected by the Engineer.
Upon completion of the protective coating and
painting, the Contractor shall remove all surplus
materials and rubbish and remove all spattered
material from surfaces where its presence is objec-
tionable. All coated or painted surfaces shall be
free from abrasion or other blemish when the pro-
ject is ready for final acceptance by the Engi-
neer.
07 -06 WORKMANSHIP
All work shall be done by skilled craftsmen who are
qualified to perform the required work and shall be
done in a manner comparable to the best standards
of practice found in the trade. All materials
shall be evenly applied so as to be free from sags,
runs, crawls, wrinkles, holidays, or any other ap-
plication defects. All coats shall be of the pro-
per consistency and properly brushed out so as to
show the minimum of brush marks. All coats shall
be thoroughly dry before the succeeding coat is ap-
plied. All coats that are intended to hide shall
be given another coat if the coating does not pro-
perly hide the undercoat.
07 -07 PROTECTION OF WORK
Full protection shall be given other work from
damage by use of clean drop cloths during the time
that the paint is being applied.
07 -08 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
item. Include cost of same in Contract price bid
for items of which this work is a component.
07 -6/6 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 08 - SHOP DRAWINGS
08 -01 GENERAL
Without limiting the requirements of any other Sec-
tion in these Specifications, six (6) sets of Shop
Drawings shall be submitted by the Contractor for
the equipment listed below. Shop drawings shall be
submitted in accordance with General Conditions of
these Specifications.
Sludge Dewatering Equipment
Electric Controls, Wiring Diagrams, and Motor
Control Center
Air Compressors
Valves (Plug, Gate, Ball, Solenoid, Pneumatic,
and Control Type)
Magnetic Flow Meters and Recorders
Interior and Exterior Lights
Chemical Feed Equipment
Metal Building and Foundation Design
Pumps and Motors, and Fabricated Pipe Readers
Paint Systems with Color Samples
Plumbing Fixtures
Pump Screen Box
Bridge Structure
Submittal of Shop Drawings shall conform to require-
ments contained in the General Conditions of these
Specifications.
08 -02 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
item. Include cost of same in contract prices bid
for item of which this work is a component part.
08 -1 /1 5/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 09 - FENCING
09 -01 GENERAL
The Contractor shall furnish all material, equipment
and labor for performing all work required to erect
a fence system complete with all necessary gates,
terminal posts, corner and end post bracing, fit -
tings, appurtenances, and accessories, where shown
on the plans.
The fences shall be designated as "chain link fence"
and shall conform to the requirements specified
under this section and to the details shown on the
plans.
The fencing shall be as manufactured by the Anchor
Post Fence Company or United States Steel Corp., and
shall conform to the following specifications. Ap-
proved equals having different structural shapes,
which meet the minimum equivalent stress require-
ments may be substituted.
09 -02 CHAIN LINK FENCE
09 -02.1 General
Chain link fence shall consist of galvanized chain
link fabric attached to metal posts and fastened to
a top rail unless otherwise shown. The height of
chain link fence to be erected shall be 7'0 ". The
height of chain link fence is measured from the
ground to the top strand of barbed wire for the
"non- climbable" protective fence specified or to the
top of the chain link fabric for other types of
fencing.
The chain link fence posts and gates shall be equip-
ped with protective accessories consisting of post
caps with extension arms, upon which shall be strung
the specified number of strands of barbed wire, as
hereinafter specified when "non - climbable" fence is
shown on the plans.
All metal parts of the fence and gates, above and
below ground, shall be hot dip galvanized through-
out.
09 -1/4 9/80
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
09 -02.2 Wire Fabric
Wire fabric shall be No. 9 gauge, steel wire, two -
inch (2 ") uniformly woven diamond mesh, hot dip gal-
vanized after weaving, with top and bottom salvages
twisted and barbed. Finished wire shall have a min-
imum tensile strength of 75,000 pounds per square
inch.
The fabric shall be tightly and securely fastened to
the line posts by means of galvanized clips (No. 6
gauge wire) at intervals of twelve (12) inches. The
fabric shall also be attached to the top rail at in-
tervals of approximately twenty -four (24) inches,
and shall be fastened to the terminal posts with
special clamps and tension strips.
09 -02.3 Gate Posts
Opening Size Weight
Up to 6' 2 -7/8" O.D. 5.79 lb /ft
Over 6' to 13' 4" O.D. 9.10 lb /ft
Over 13' to 18' 6 -5/8" O.D. 18.97 lb /ft
Over 18' 8 -5/8" O.D. 24.70 lb /ft
All gate posts shall be of sufficient length to al-
low for a minimum depth of three feet (3') below
ground. Galvanized ornamental post tops shall be
provided on all gate posts where special protective
accessories are specified.
09 -02.4 Line Posts
Line posts shall be two and one - quarter inches
(2 -1/4 ") weighing 4.1 pounds per linear foot or two
and one -half inch (2 -1/2 ") O.D., pipe weighing 3.65
pounds per linear foot and spaced as shown on the
plans, but not more than ten feet no inches (10'0 ")
below ground. Galvanized fittings shall be install-
ed to take the top rail and form a watertight cap
for the posts.
09 -02.5 Corner Posts
Corner posts shall be two and seven - eights inch
(2 -7/8 ") O.D. pipe weighing 5.79 pounds per linear
foot or two and one -half inch (2 -1/2 ") square tube
weighing 5.79 pounds per linear foot. All posts
shall be sufficient length to allow for a minimum
depth of three feet no inches (3'0 ") below ground.
Galvanized top fittings shall be installed to take
the top rail and form a watertight cap for the
posts.
09 -2/4 9/80
1
1
1
1
1
1
1
1
1
1
1
1
1
1
r
1
1
1
09 -02.6 Cylindrical Concrete Post Footings
All posts shall be set in cylindrical concrete foot-
ings. For line and corner posts, a hole ten (10)
inches in diameter, greater than three feet no inch-
es (3'0 ") in depth, shall be excavated. For gate
posts, specifically including double gate posts as
specified above, the footings shall be made in pro-
portion to the size and height of the post, with a
minimum diameter of twelve inches (12 "). All foot-
ings shall be properly domed or sloped to shed
water.
09 -02.7 Brace Rail
The bracing rail shall be one and five - eights inch
(1 -5/8 ") O.D., pipe weighing 2.27 pounds per linear
foot.
09 -02.8 Gates
Gate frames shall be made of two inch (2 ") pipe,
pipe weight 2.72 pounds per linear foot, joined at
the corner by arc welding forming a solid panel, and
hot dip galvanized. The chain link fabric matching
that of the fence shall be fastened to the frame by
means of adjustable bolts and tension rods. Hinges
shall be heavy, malleable, and drop- forged steel and
shall be of the ball- and - socket type.
The height of a chain link gate is measured from the
ground to the top strand of barbed wire when special
protective fence accessories are specified, and
shall be 7'0" high.
All gate installations shall be provided with all
the necessary hinges permitting the gate to swing
through an arc of 180 degrees; a gate latch provid-
ing a positive lock; for double gates, lift rods
shall be located at normal heights and striking
straps shall be provided to ensure a positive stop
when gates are swung to a closed position; a means
for locking by a padlock accessible from both front
and back of the gate; approved gate shoes for lock-
ing with lift rods; and approved stops to ensure a
positive stop when gates are swung to an open posi-
tion. An approved heavy -duty brass or bronze pad-
lock and two (2) keys, keyed alike, and keyed to the
Owner's key system, shall be provided for each
gate.
09 -3/4 4/80
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
09 -02.9 Protective Fence Assessories
Where specifically indicated on the Plans, addition-
al "non - climbable" protective fence features shall
be installed; they shall be of the type, or types,
as shown on the drawings or as called for herein.
For chain link fence, all line posts shall be fitted
with post caps complete with expansion area, with
barbed wire attached thereto. The necessary corner
arms shall be provided. The specific type of pro-
tective accessory, or extension arm, shall be as
listed below, or as herein specified.
All extension arms are to be formed with a tongue,
or other approved provisions for securely attaching
the barbed wire. Wire ties or clips shall be No. 6
gauge wire as herein specified.
Gate: For chain link gates, three (3) strands of
barbed wire shall be securely fastened to the ex-
tended end bars of the gate frames by adjustable
hook bolts.
45- Degree Extension Arm: A combination pressed
steel extension arm, with malleable iron post cap
having an opening for the top rail, shall be clamp-
ed, or otherwise securely attached, to each line
post so as to incline inward (or outward) at an
angle of 45 degrees. The necessary arms for corners
shall also be provided.
Three (3) strands of barbed wire shall be strung
along the top of the fence and securely attached to
the arms, as herein specified.
Barbed Wire: Each strand of barbed wire shall be
composed of two (2) strands of No. 12 -1/2 gauge
wire, twisted with four -point (4) thickset pattern,
with barbs spaced four (4) inches apart, and galva-
nized throughout after fabrication.
09 -03 MEASUREMENT AND PAYMENT
The lump sum price bid for the plant fence shall
include all labor, equipment, materials, and inci-
dentals required to supply and install the fence,
complete in place, per the site plan.
09 -4/4 9/80
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 10 - ASPHALT CONCRETE PAVEMENT CONSTRUCTION
10 -01 SCOPE OF WORK
The work covered by these Specifications consists
of furnishing all labor, equipment, appliances,
materials, and performing all operations in connec-
tion with the asphalt paving excavation, related
hauling, rolling, blading and the completion of
subgrade preparation, base material placement,
asphaltic concrete pavement, curb and gutter, and
related drainage facilities complete in accordance
with the Plans, and subject to the terms and condi-
tions of the Contract Documents.
10 -02 GOVERNING TECHNICAL SPECIFICATIONS
The work covered by these Specifications shall be
constructed in accordance with the City of Austin
Standard Specifications for Public Works Construc-
tion per the latest revisions.
10 -03 MEASUREMENT AND PAYMENT
The lump sum price bid for the paving shall include
all labor, equipment, materials, and incidentals
required to construct the pavement, complete as
shown on the Construction Plans and herein speci-
fied.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 11 - BELT FILTER PRESS DEWATERING SYSTEM
11 -01 SCOPE OF THE WORK
The Contractor under this section shall furnish,
install and test one (1) belt filter press and all
associated appurtenances and services as outlined
below and specified in detail hereinafter. Each
belt filter press shall be a system complete and
operable in every respect. Any portion or part of
the system which does not operate properly shall be
replaced and made operable at no additional cost to
the Owner.
Pre - approval of equipment to be bid is required.
Each manufacturer will be required to submit
twenty -one (21) days prior to bid opening, all
necessary drawings, equipment brochures, layouts,
properly marked up catalog cut - sheets, design cal-
culations for plant hydraulics, and any other per-
tinent data which will aid in the evaluation pro-
cess.
The following items shall be included in this sec-
tion and comprise the belt filter press "system"
and shall be supplied by the belt filter press
manufacturer:
(1) Heavy duty belt filter press with an effective
cake width of 2.0 meters
(1) Vertical sludge conditioning tank with vari-
able speed mixer (part of belt filter press)
(1) Belt wash pump
(1) Polymer pump
(1) Polymer transfer pump (10 gpm, 30' TDH)
(3) Polymer tanks
(1) Sludge feed pump
(1) Electrical control panel
(1) Air compressor and receiver tank
All appurtenances, pipe, valves, fittings, wiring,
etc., necessary to provide a complete operable sys-
tem shall be provided by the Contractor.
The proper operation of the system shall be the
belt filter press manufacturer's responsibility
through the Contractor.
The belt filter press system shown on the Plans and
specified herein are based on Kompress GRS -2, as
manufactured by Komline- Sanderson, Peapack, New
11 -1/16 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Jersey. Manufacturers shall have at least five (5)
years experience in the manufacture of belt filter
presses and related equipment with at least five
(5) units of similar size in successful operation
with municipal wastewater treatment plant sludge
for a minimum of three (3) years. Manufacturers
who cannot meet this performance requirement shall
furnish to the Owner a performance bond or cash
bond in the full amount of the system to guarantee
the operation of the system for a minimum of five
(5) years.
The Contractor is cautioned that this specification
includes specific reference to both mechanical
design features, size, area, number of components,
material of construction, etc. The Engineer has
reviewed the specific needs of this project and has
selected these features to meet the minimum needs
of the project.
Compliance with the performance requirements of
these specifications will not relieve the Contrac-
tor from his responsibility to supply belt filter
press units which have the structural, mechancal,
and -operational features specified. Equipment
which is not considered to be an acceptable equiva-
lent product to the equipment specified will not be
accepted.
The Contractor is hereby advised and warned that
there are basic mechanical and geometric differenc-
es among models of various manufacturers which will
have an effect on installation of the belt press,
piping, platforms, structural supports, wiring,
etc. The Contractor must have approved shop draw-
ings before these dependent items can be finalized.
Any changes or additions necessary to complete the
belt filter press system and make it operational,
regardless of what is shown on the Plans, shall be
made at no cost to the Owner.
Drawings, specifications and operational informa-
tion for this equipment shall be submitted for
approval. Should an alternate unit be proposed all
costs, including but not limited to allied trades,
design changes, design review, submittal review,
drawing changes and engineering costs shall be paid
in full by the Contractor even if the equipment is
rejected. No costs shall be borne by the Engineer
or Owner.
11 -2/16 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
All parts of the belt filter press system shall be
amply proportioned for all stresses that may occur
during fabrication, erection, transportation, in-
stallation and intermittent or continuous opera-
tion. Workmanship shall be of the highest grade in
all respects.
All equipment herein shall be designed and install-
ed to OSHA Standards.
A list of operating installations of three (3)
years or more shall be included in the manufactur-
er's submittal.
11 -02 BELT FILTER PRESS
Each belt filter press shall be designed to dewater
800 pounds of dry solids per hour. Sludge feed
solids concentration will be 2 percent by weight.
The belt filter press shall produce a cake with a
minimum of 17 percent dry solids by weight, 90 per-
cent of the time. The suspended solids capture
rate shall be 92 percent minimum. The type of
sludge to be dewatered is aerobically digested com-
plete mix waste activated. The belt filter press
shall be a Komline- Sanderson Kompress or equal
design that has been approved at least ten (10)
days prior to bid. The Contractor shall not submit
on or base his bid on equipment that has not been
approved prior to the bid.
11 -03 DESIGN
The belt filter press shall utilize 3 distinct de-
watering zones including a horizontal gravity
drainage zone followed by a wedge zone and an in-
creasing pressure zone consisting of pressure and
shear rollers in the design.
It shall be the type which sandwiches the sludge
between two dewatering belts beginning at the wedge
zone. The belt filter shall produce a cake with a
minimum width of 2.0 meters, with a minimum addi-
tional 1.3 inches of unused belt on each side.
11 -03.1 Materials of Construction
Frame MC6x15.3 & MC4x13.8 carbon
steel structures
Rollers ASTM A36 or equal
11 -3/16 3/83
1
1
1
1
1
1
1
1
t
1
1
1
1
1
1
1
1
i
1
Plows and sludge
mixing equipment
Scraper blades
Belt filter cloth
Belt seam closure
Spray header housing
Drainage pans
Electrical panel
Anchor bolts and
misc. hardware
including all
bolts, nuts,
washers, springs,
fastener clips
11 -03.2 Framework
Type 304 stainless steel
and plastic
High density polypropylene
Monofilament polyester
Type 316 stainless steel
Type 304 stainless steel
14 gauge Type 304 stainless
steel
14 gauge carbon steel
18 - 8 stainless steel
(Nuts for anchor bolts
shall be bronze)
Bearings SKF- Double roller pillow
block with Trigard Seals
In this and other sections of this specification
when stainless steel is specified, coatings or use
of FRP (fiberglass) is not an acceptable alternate
for the belt filter press or its auxilaries.
The press frame shall be designed to accommodate
all operating and static loads with a liberal fac-
tor of safety without deflection, deformation or
vibration during operation.
The belt filter press frame shall be 3/8 inch
thickness welded and /or bolted construction. After
fabrication the frame shall be sandblasted to SSPC-
SP10 and coated with two coats of epoxy to 4 to 5
mils each coat.
11 -03.3 Sludge Conditioning Tank
The belt press shall include a sludge conditioning
tank for mixing the sludge with polymer. The tank
shall be of the vertical type with a variable speed
mixer and shall be mounted to the press frame and
discharge to the sludge distribution box located
above the gravity drainage belt. The conditioning
tank shall be fitted with 304 stainless steel
chute entering the distribution box to minimize
floc shear.
11 -4/16 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The tank shall be 22 -3/16" diameter by 30" high and
shall contain fixed internal baffles. There shall
be a turbine type mixer mounted within the tank
driven by a 1 HP SCR controlled DC TEFC gearmotor
at speeds of 0 to 60 RPM. The drive controls shall
be located in the control panel. The minimum tank
volume when in operation shall be 50 gallons.
Wetted parts of the tank and flared discharge chute
shall be constructed of Type 304 stainless steel.
Stiffeners, supports and other non - wetted parts
shall be carbon steel. The tank shall have a 6"
flanged sludge inlet, a 3/4" chemical inlet and a
3" plugged drain. Additional chemical feed connec-
tions 3/4" size shall be provided by the Contractor
in the sludge feed piping at intervals of 10 feet
and 20 feet from sludge inlet connection.
Devices combining chemical conditioning and gravity
dewatering in the same step, static mixers, in -line
venturi mixers, horizontal tanks with internal mix-
ers, or vertical tanks with propeller mixers are
not considered an acceptable equal, as they do not
provide adequate flexibility for process changes
and polymer optimization.
11 -03.4 Gravity Drainage Zone
The gravity drainage zone shall contain a sludge
distribution box with side seals. The distribution
box shall be 14 gauge, 304 stainless steel with
rubber side seals. The distribution box shall
evenly distribute the conditioned sludge from the
conditioning tank over the active width of the de-
watering belt. The minimum length of belt in the
gravity drainage area shall be 8.83'.
Sludge plows shall be located in the gravity drain-
age zone coming in contact with the dewatering
belt. The plows shall disperse sludge to promote
more rapid drainage. A minimum of 7 adjustable
crossbars shall hold triangular shaped plastic
plows on stainless steel rods which shall be verti-
cally and horizontally adjustable. Each crossbar
shall have 8 plows alternately.
A filtrate tray shall be located below the gravity
drainage zone to collect the gravity drainage
liquid. The filtrate tray shall be 14 gauge, 304
stainless steel and be provided with a flex hose
11 -5/16 3/83
1
1
1
1
1
1
r
A
1
1
1
1
1
1
1
1
1
directed to the sump underneath the belt filter.
Carbon steel epoxy coated, galvanized, or FRP trays
shall not be considered as an acceptable equal.
The cloth in this zone shall be supported on re-
placeable abrasion resistant plastic wear bar type
wipers 8 inches on center.
11 -03.5 Wedge Zone
The wedge zone shall accept sludge from the gravity
dewatering zone and gradually increase pressure on
the gravity thickened sludge. The wedge zone shall
contain a distribution box of 14 gauge 304 stain-
less steel and replaceable polypropylene side
seals. The wedge zone shall contain a filtrate
tray of 14 gauge, 304 stainless steel, and be piped
to the sump. The bottom cloth in this zone shall
be supported on replaceable abrasion resistant
plastic wear bar type wipers 8 inches on center.
The minimum length of belt in the wedge zone shall
be 6.14'.
11 -03.6 Pressure Zone
The pressure zone shall contain dewatering rolls
which alternately apply compression and shear to
the thickened sludge by passing the cake sandwiched
between two pressure belts over the rolls in alter-
nating directions. The belt press shall have a
minimum of one perforated drain immediately follow-
ing the wedge zone. The perforated rolls shall
have a minimum diameter of 20 inches.
A minimum of 7 rolls shall be provided in the pres-
sure zone. The filtering media shall be in contact
for a minimum of 180 degrees of each of the pres-
sure rolls excluding the perforated mild pressure
roll and the last roll.
The minimum length in actual contact with the rolls
shall be 12.35'.
As a minimum, all rollers shall be constructed of
carbon steel and sandblasted to SSPC -51 and coat-
ed with two coats of epoxy totaling 8 -10 mils. The
drive and steering rollers shall be carbon steel
with 1/4" thick 60 durometer rubber covering. The
11 -6/16 3/83
1
1
1
r
1
1
1
1
1
1
1
1
1
1
1
1
1
1
shall be 2 -7/16" to minimize deflection and defor-
mation. The minimum shaft diameter for the steer-
ing and idler rolls shall be 1- 7/16 ". Rollers and
drums shall be either through shaft or journal con-
struction to provide superior life. Welding
directly to shafts shall be explicitly prohibited.
Filtrate trays shall not be required under the drum
zone since drainage is directly into the sump under
the belt press.
11 -03.7 Bearings
As a minimum, all bearings shall be of the pillow
block, double roller design. Bearings shall be SKF
or equal with trigard or triple lip seals.
All bearings shall be lubricated, regreaseable type
having a minimum B -10 life of 100,000 hours.
Grease fittings for all bearings shall be extended
to the face of the press frame and be greaseable
while the belt press is in operation. Permanently
lubricated bearings shall not be allowed.
11 -03.8 Scraper Blades
Scraper blades shall be located in the cake dis-
charge, one on each of the belts, to separate the
cake from the belt. The blades shall extend over
the entire belt width and be spring loaded with
tension adjustable. The blades shall be replace-
able polypropylene for extended life.
11 -03.9 Drive Unit
The press belts shall be driven by a common 3 HP
TEFC, SCR controlled DC motor with a helical -bevel
reducer. The belt speed shall be adjustable from 0
to 20 FPM. The drive control shall be located in
the control panel.
11 -03.10 Belt Steering
For each dewatering belt a pneumatic belt steering
system shall be provided. The system shall consist
of two steering rollers covered with 1/4" thick 60
durometer rubber, and two pneumatic cylinders.
Belt position shall be continually sensed by pneu-
matic controllers in contact with the belt edges.
These controls actuate the pneumatic cylinders to
11 -7/16 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
properly position the steering rolls. Belt over-
ride sensors shall be installed to indicate gross
belt misalignment and shut down the entire system.
11 -03.11 Belt Tensioning
Each dewatering belt shall have a pneumatic belt
tensioning system. The system shall consist of two
pneumatic cylinders per belt, connected to a take -
up roll. Each pair of pneumatic cylinders shall be
interconnected by a pinion on each end of a cross
shaft which rides in a rack on the frame to main-
tain parallel movement. A pneumatic control board
shall be mounted on the press frame for ease of
operation. The panel shall contain a gauge, regu-
lator, and coalesing filter.
The air requirement for both the steering and ten-
sioning systems shall be 1.2 SCFM at 100 PSIG for
each belt filter.
11 -03.12 Belt Wash System
Provide a belt wash station for each dewatering
belt consisting of a spray water header, self -con-
tained cleaning brush, non - clogging nozzles of 302
stainless steel and enclosure. The wash station
enclosure shall be schedule 10 pipe, 304 stainless
steel. The spray hood shall be 14 gauge, 304
stainless steel. The built -in brush for cleaning
the nozzles shall be designed for hand -wheel opera-
tion from the outside of the belt press frame. The
upper belt wash water shall be directed to the
wedge zone filtrate tray. The lower belt wash
water shall be directed to the sump under the
press. Belt filter wash stations shall be manufac-
tured by Appleton Manufacturing or the Heinrich
Stamm Company. The belt wash system shall require
plant water at a pressure of 75 PSIG and a flow
rate of 38 GPM per belt filter.
11 -03.13 Hardware
All bolts, nuts, clips, screws and fasteners shall
be a minimum of 18 -8 stainless steel.
11 -03.14 Dewatering Belts
Dewatering belts shall be split type manufactured
of monofilament polyester with clipper type stain-
less steel seams. Seams shall have a tensile
11 -8/16 3/83
1
1
1
1
1
1
r
1
1
1
1
1
1
1
1
1
1
1
1
strength of at least three times belt tension.
Seams shall be designed to prevent interference
with the scraper blades.
11 -03.15 Junction Box
All drives and controls on the belt press shall be
factory wired to one electrical junction box mount-
ed on the press frame.
All pneumatic lines shall be connected at the fac-
tory to the pneumatic control board. Only one
external pneumatic connection shall be required.
11 -04 K -S KOMPRESS ELECTRICAL CONTROL PANEL
One electrical control panel shall be supplied for
each belt press. Each panel be preassembled, pre -
wired and include all the necessary controls for a
completely automatic system. The panel shall be
wired suitable for connection to a 3 phase, 60 Hz.,
460 volt source.
The enclosure shall be wall mounted fabricated of
14 gauge steel and be of NEMA Type 12 design. The
finish shall be white enamel inside and blue enamel
outside over phosphatized and primed surfaces.
Wiring shall be accomplished in neat workmanlike
manner and run in PVC wiring duct where practic-
able. Where not practicable it shall be supported
and tied in position with nylon cable ties. All
wiring shall be identified with a number code and
all external connections brought to a numbered ter-
minal strip. Wiring shall comply with the applic-
able requirements of the latest edition of the
National Electrical Code. Interconnecting wiring
between this panel and the press and other required
equipment is the responsibility of the Contractor.
The enclosure shall house a dead front main discon-
nect, motor starters, DC (SCR) controls, cycle
timers, relays, alarms, indicating lights and oper-
ator controls required for the operation of the
filter press and auxiliary equipment. DC drive
control circuitry shall be of the solid state board
type for ease of servicing.
Operation of the press shall be controlled by oper-
ator actuation of the start cycle and stop cycle
button. Control shall be semi- automatic or man-
ual.
11 -9/16 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
11 -04.1 Sequence of Operation: Semi - Automatic
Operator controls press start -up and shutdown by
actuation of single start /stop button. Timers con-
trol starting and stopping of various motors.
Alarm conditions energize audible alarm device and
appropriate initiate system shutdown.
1. Initial Conditions: (Operator observation)
a. Sludge available for processing
b. Polymer available
c. Belt wash water supply available, or
gate valve open
d. Panel "Main" disconnect closed. Power
supply available to panel.
e. Air available
2. Sequence:
a. Start -up - Activate start button - automa-
tic program will sequentially:
1) Start air compressor.
2) Start the belt wash pump or open
solenoid valve.
3) Start the belt drive.
4) Energize time delay for wetting
belts - after an adjustable timed
interval start sludge feed pump,
polymer feed pumps, conditioning
tank drive and (conveyor).
b. Shut -down - Depress stop button - automatic
program will sequentially:
1) Stop sludge pump, polymer pump and
conditioning tank drive.
2) Continue (conveyor) for an adjustable
timed cycle to completely discharge
cake and wash the belts.
3) After timed interval shut off machine
drive and wash water pump or close
solenoid valve.
c. During operation the press control system
shall monitor and correct:
1) Minor misalignment of belts - realigned
by automatic belt guide system.
11 -10/16 3/83
2) Belt alignment beyond limit - instant
shut -down, alarm and fault indication
on panel.
3) Low air pressure.
11 -05 AIR COMPRESSOR
One (1) air cooled single stage reciprocating air
compressor, horizontal tank mounted, is to be fur-
nished. Each compressor shall be rated to deliver
a minimum of 1.3 SCFM at 120 PSI discharge pres-
sure. Each compressor shall be V -belt driven by a
rubber cushion mounted 1/2 HP, 1750 RPM dripproof
motor, 3/60/230 -460 volts, complete with V -belt
guard (to OSHA standards), intake filter - silencer,
centrifugal unloader, safety valve, drain valve,
shut -off valve, pressure gauge, and pressure switch
for stop -start motor control. Each compressor
shall be mounted on a 30 gallon receiver, ASME Code
constructed and stamped. Compressor unit shall be
Quincy Model FA -4.
Two coalescing filters shall be provided for each
air compressor to remove oil and moisture from the
air stream. These filters shall be Model 92DX and
92CX in series in the air discharge line.
Spare Parts: 6 filters shall be supplied.
11 -06 POLYMER FEED SYSTEM
Tanks, pumps, piping, valves and controls shall be
provided so that either dry - polyelectrolyte or
liquid polyelectrolyte may be used in the dewater-
ing process. The following modes of operation
shall each be possible, at the plant operator's
option:
1. Receiving and storing liquid polymer in drums,
it shall be possible to pump undiluted polymer
from the drums to either the first floor stor-
age tank or the second floor day tanks. The
transfer pump shall have an on -off switch at
both the first and second floors.
2. Receiving liquid polymer in bulk (tank truck
loads or dischargeable drums), it shall be pos-
sible to deliver undiluted polymer to either
the first floor storage tank or second floor
day tank using the delivery truck's pump /pres-
sure system.
11 -11/16 3/83
3. Receiving dry polymer in bagged lots, it shall
be possible to dilute and wet the polymer in
the first floor storage tank.
4. After mixing and diluting either liquid or dry
polymer in the first floor storage tank, it
shall be possible to pump the diluted polymer
to the second floor day tank.
5. From the second floor day tank, containing
diluted polymer, it shall be possible to pump
the diluted polymer to the belt presses at
metered and controlled rates.
6. From the second floor day tank, containing un-
diluted liquid polymer, it shall be possible to
pump the undiluted polymer at metered and con-
trolled rates to combine with potable water,
from which the diluted mixture will travel to
the belt presses.
11 -07 POLYMER SYSTEM EQUIPMENT
One (1) dry type polymer feeder shall be provided
for mixing and metering the polymer solution used
as a dewatering aid.
One (1) polymer feed pump shall be bronze construc-
tion rotary gear type with screwed suction and dis-
charge connection and include bronze pressure
relief valve. Pump shall include a flexible coup-
ling for direct connection to a 1 -1/2 HO totally
enclosed DC gearmotor for SCR variable speed remote
control. The drive controls shall be located in
the control panel. Each pump and drive shall be
mounted on a channel steel base with a coupling
guard. Pump shall be rated to deliver up to 0.4 to
6.5 GPM at 100 PSIG pressure.
One (1) polymer dissolving tank shall be 6'4" dia-
meter and 5'0" high, 1050 gallon capacity with a 3"
x 2" x 1/4" steel angle top ring, 1/4" minimum
thickness steel bottom and wrapper plate. The
mixer shall be a propeller type with stainless
steel shaft and propellers and be driven by a 1750
RPM, 1 HP, totally enclosed gearmotor drive with
350 RPM output speed. A waterproof plywood cover,
painted with an inert paint, shall be provided,
bolted to the top of the tank and fitted with hing-
ed doors. Fiberglass or plastic tanks are not
acceptable. Tank shall be sandblasted to near
white metal and finished with two (2) coats of
epoxy paint to a total of 8 to 10 mils.
11 -12/16 3/83
Polymer dissolving and day tanks shall be 5'6"
diameter and 4'3" high, 650 gallon capacity with a
3" x 2" x 1/4" steel angle top ring, 1/4" minimum
thickness steel bottom and wrapper plate. The
mixer shall be a propeller type with stainless
steel shaft and propellers and be driven by a 1750
RPM, 1 HP, totally enclosed gearmotor drive with
350 RPM output speed. A waterproof plywood cover,
painted with an inert paint, shall be provided,
bolted to the top of the tank and fitted with
hinged doors for charging the tank.
Each mixing tank shall include a 3/4" water meter,
Neptune Type S, and quick opening valve, Powell
Fig. 362 or equal. An eductor with siphoning hose
shall be included on the dry mixing tank. The
meter shall be for metering the batch water for the
mixing of the chemicals.
Each tank shall be installed by the contractor and
grouted to level as required.
The following items shall be installed by the Con-
tractor as shown on the drawings: a dilution educ-
tor with funnel, calibrated sight glass water flow -
meter, a 1" water meter, Neptune Type S, and two
quick- opening valves, Powell Fig. 362 or equal.
These items shall be for metering the batch water
and for the mixing of the chemicals.
Each tank shall be installed by the Contractor and
grouted as required.
11 -08 SPARE PARTS
The following spare parts shall be included for
each belt press:
One set - Dewatering belts (provide 3 mos.
after startup)
One set - Doctor blades
One set - Sludge side seals
One set - Wash water housing seals
One - Bearing of each different type and
size used, excluding motor and drive
bearings
One gallon - Finish touch up paint
Three - Fuses of each size used
One - SCR control board of each size used
11 -13/16 3/83
11 -09 PAINTING
The manufacturer will be responsible for providing
a completely corrosion resistant coating for the
frame and other parts. The units will be delivered
requiring no further field painting. The Contrac-
tor shall be responsible for touch -up in accordance
with the manufacturer's requirements.
Motors and gear drives shall receive a standard
factory enamel.
All metal parts, excluding stainless steel motors
and gear drives, shall be sandblasted to near -white
metal in accordance with SSPC- SP -10, primed with
two (2) coats of primer and finished with two (2)
coats of Tnemec 466 Hi -build Epoxy, 4 -5 mils per
coat.
11 -10 START -UP AND SUPPLIES
11 -10.1 Supplies
The belt press vendor shall conduct field or labor-
atory tests on actual sludge from the sewage treat-
ment plant to determine the optimum type, brand,
and dosages of chemicals required in the sludge
dewatering process.
The Contractor shall order and furnish a three (3)
month supply of the selected chemicals.
11 -10.2 Polymer Drum Pumps
Two (2) portable electric drum pumps shall be pro-
vided by the Contractor for pumping concentrated
liquid polymer from drums into the polymer dissolv-
ing tanks. Adequate electrical outlets shall be
furnished to accommodate the drum pumps.
11 -10.3 Start -Up
The belt press manufacturer shall furnish the ser-
vices of an experienced field engineer for a mini-
mum of seven (7) full days, or longer if required,
to make adjustments and give installation, operat-
ing and maintenance instructions.
11 -14/16 3/83
11 -10.4 Operating Manual
Contractor shall assemble four (4) sets of manufac-
turer's shop drawings, installation, and operating
/maintenance instructions into operating manuals.
Manuals shall include lubrication, maintenance, and
trouble shooting instructions for all pumps, press-
es, and other mechanical and electrical components.
Manual- shall include the company and its address
and phone number, from whom repair service and
replacement parts may be ordered for all equip-
ment and supplies.
11 -11 BELT WASH PUMP
One (1) belt wash pump shall be supplied of the
centrifugal type in standard construction each for
38 GPM at 75 PSIG discharge pressure with 5 HP
totally enclosed constant speed motor.
11 -12 SLUDGE PUMP
One (1) sludge feed pump shall be supplied of the
progressive cavity type in standard construction
rated for 25 to 200 GPM at 30 feet TDH and include
variable speed drive with 10 HP, TEFC motor, coup-
ling, guard, and steel based. The drive controls
shall be located in the master control center and
at the pump remote disconnect.
11 -13 CAKE DISCHARGE
It is essential that the belt filter press and
building be arranged so that the dewatered sludge
cake can be discharged directly into the bed of a
standard open -bed dump truck. No conveyors between
the belt press and the truck will be allowed,
except as shown for alternate bid. A 304 - stainless
steel chute shall be included to direct the cake
from the press discharge to the slot in the floor.
For each different belt press manufacturer, a some-
what different building arrangement may be neces-
sary to achieve the above objective. In each case,
the bidder will be responsible for furnishing a
building and components compatible in arrangement
with the belt press.
11 -15/16 3/83
11 -14 MEASUREMENT AND PAYMENT
The lump sum price bid for the belt filter press
dewatering system shall include all labor, equip-
ment, materials, and incidentals required to fabri-
cate and install the system, complete with all
electrical, mechanical, structural and specified
appurtenances as shown on the construction plans
and herein specified.
11 -16/16 3/83
SECTION 12 - INSTALLATION OF SLUDGE PUMPS AT EXISTING
PLANT LIFT STATION
12 -01 GENERAL
The scope of work shall include the supply and
installation of progressive cavity pumps in paral-
lel with the two existing self - priming sewage pumps
in operation; the installation shall include pump,
motor, V -belt drive, all piping, fittings and
valves, from suction pipe to discharge pipe, all
electrical equipment, buried electrical service
conduit with conductors, remote on -off selector and
internal wiring. System to be as shown on draw-
ings.
12 -02 PUMP AND MOTOR
The pumps shall be of the horizontal progressive
cavity type, specifically designed for the handling
of sanitary domestic sludge.
Each pump must have the necessary characteristics
and be properly selected to perform under the above
operating conditions.
Each pump at its lowest rated speed shall be
designed to insure unattended automatic repriming
in a complete open system without suction or dis-
charge check valves and with a dry suction leg.
Upon completion of repriming cycle, pumps shall
deliver full rated capacity at rated TDB at the
designed total dynamic suction lift.
The openings and passages of the pump shall be
large enough to permit the passage of a sphere of
3 -inch diameter. The pump must be equipped with a
removable cover plate, allowing complete access to
pump interior to permit the clearance of stoppages
and to provide simple access for service and re-
pairs without disturbing suction or discharge pip-
ing.
The pump shall be Netzsch Nemo Progressing Cavity
Pump Model No. NE80A, cast iron housing tool steel
internal, tool steel chrome plated rotor turning in
a Buna N synthetic rubber stator, packed stuffing
box, 4" - 125# ASA suction and discharge flanges,
or approved equal.
12 -1/2 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
12 -03 MOUNTING
12 -04 PIPING
The motor shall be a Reeves mechanically variable
speed drive motor. The motor rating shall be 10
HP, 60 Hz, 230/460 volts, 3 phase. Each pump shall
operate at 25 gpm to 200 gpm at 25 to 40 ft. TDH.
The pump shall be complete with motor base and
sheet metal belt guard.
The pump shall be mounted on a concrete pad which
shall be poured as shown on the plans.
Suction and discharge piping shall be sized as
shown on the plans.
12 -05 ELECTRICAL CONTROL PANEL
The pumps shall be furnished by the belt press ven-
dor as part of his equipment package. Electrical
switchgear and controls shall be located in the
master control center for the sludge dewatering
system.
The on -off controls shall be manually operated.
Two sets of controls will be required. One on -off
switch located in the belt press building adjacent
to belt press and one on -off adjacent to pump at
remote disconnect.
12 -06 PAINTING
Pump and equipment, pipe and fittings shall conform
to Section 07 - Painting and Protective Coatings.
12 -07 MAGNETIC FLOW METER
Each press shall include a magnetic flow meter with
a digital indicator for the volumetric flow rate
(in gpm) and records the total (accumulated) flow
(in gpm X 1000) reaching the press.
12 -08 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
item. Include cost of same in Contract prices bid
for item of which this work is a component part.
12 -2/2 3/83
SECTION 13 - MODIFICATION TO SEWAGE TREATMENT PLANT
13 -01 ACCESS BRIDGE
13 -01.1 Structure
An access bridge shall be provided between the two
existing wastewater treatment units. The bridge
shall be fabricated from C12" x 20.7 (k /L.F.
structural steel sections, interlaced for rigidity
with 2" x 2" x 1/4" thickness structural steel
angle iron. The bridge shall span across the full
width, supported on each end by the basin wall.
The bridge shall be designed and constructed so
that the maximum direction shall not exceed 1/800
of the span, with all dead loading, torque loading,
and a live load of 30 pounds per square foot. The
bridge shall be anchored at the one (1) end, and
slide guides shall be provided at the opposite tank
wall to allow for thermal expansion.
The access walkway shall be a minimum of 3'0" wide
and shall consist of removable steel grating
sections of 1 -1/4" x 3/16" x 1" clear spacing, hot
dipped galvanized, complete with standard
galvanized hold -down clips. Removable grating
sections shall not exceed 5 ft. lengths and shall
be recessed flush with bridge beam. Sections shall
be straight and true.
The bridge shall be provided with handrails along
both sides. Handrails shall be two -rail type with
the top rail extending 3'6" above the bridge deck,
fabricated of 1.9" O.D. (1 -1/2" nominal) aluminum
pipe. Hollaneder speed -rail approved equal.
Bridge anchor bolts shall be no less than 1/2"
diameter.
13 -01.2 Cleaning
The equipment shall be thoroughly cleaned and
prepared in the shop in accordance with this
specification and all scale, oxides, weld flux,
etc., shall be removed. All burrs, casting scars,
and sharp edges shall be ground smooth.
13 -01.3 Galvanized Surfaces, Stainless Steel, and
Nonferrous Metals
Do not paint.
13 -1/3 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
13 -01.4 Finish Painting
Refer to Section 07 - Painting and Protective
Coatings for detail prime and finish painting.
13 -02 AREA DRAIN
Area drain shall be constructed at the location
shown on the Plans. Grate inlet shall be 18" x 18"
cast iron slotted inlet with concrete box approxi-
mately 18" x 18" x 24" deep with 10" outlet. The
outlet pipe should be 10" P.V.C. SDR 35 laid at a
minimum grate of 1% towards the existing 10" line
to be tied into. The existing line is either a
cast iron or clay pipe. Type of connection into
existing line shall be determined at time of expos-
ing the existing 10" line.
13 -03 PUMP SCREEN BOX
Pump screen box shall be fabricated per detail
shown on the plans. Fabrication should be of mini-
mum 3/16" steel, the openings for the screen inlet
to the pump shall be a 3' x 3' opening and should
be a fabricated slide slot using minimum of 3/16"
steel. The screen frame thickness is approximately
12 inch, therefore, the slots shall be a minimum of
5/8 of an inch wide. There should be three (3)
screen units provided. The slotted brackets to
hold the screen shall be constructed inside the
outside of the box at two locations. The screen
material shall be stainless wire, coined from 0.130
inch diameter stock, rapped around 1/2 -inch bar
stock, maximum bar support distance 4- inches, slots
between wires shall be 0.030 inches, Enviroquip or
approved equal. The lifting handle shall be 1 -1/2
inch angle iron with 3/4 inch hole at the upper
part of the handle frame. The pump screen box
shall be bolted with 1/2 inch drill and anchors and
a mastic material shall be spread at the connection
point of the box and the existing tank walls and
floor to secure a reasonably tight seal.
Contractor shall coordinate the dewatering of the
chlorine contact chamber with the City of Round
Rock Wastewater Treatment Operating Forces and set
up a schedule to dewater that would be convenient
to both parties.
13 -2/3 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
13 -04 ROOF ADDITION TO EXIXTING CHLORINE TANK
STORAGE AREA
Contractor shall construct a roof over the existing
chlorine storage area per the details on the plans.
All wood framing shall be douglas fir structural
grade quality. No splices allowed in any of the
construction. The wood framing shall be secured to
the existing steel structure per the details on the
plans using steel straps as noted. The sheeting
material shall be 12 ft. long galvanized corrugated
10 guage sheet iron and shall be secured to the
frame work using approved lead head or neoprene
gasket nails. The facial edge of the sheet iron
roofing material shall be finished with the corru-
gated redwood trim stripes matching the corruga-
tion. The Contractor shall not interfere with the
normal operation of the chlorination equipment.
13 -05 ADDITIONAL WALL AT SPLITTER BOX
The Contractor shall supply and install a steel
plate wall extension around the existing splitter
box at the point of termination of the force main.
The wall shall be constructed with 3/16" thick
steel plate 24" high. There shall be no more than
two splices in each side wall. Splices shall in-
clude 1/8" rubber gaskets and three (3) 1/2" bolts.
The wall plate shall include a 3" wide base plate
secure with 1/2" drill in anchor bolts at 18 inches
on center. 1 /8" rubber gaskets between base plate
and concrete wall shall be provided or approved
mastic sealant may be substituted.
13 -06 MEASUREMENT AND PAYMENT
The lump sum price bid for the fabrication, supply-
ing and installing each of the following items:
the access bridge, drain, pump screen box and roof
addition to the chlorine storage area and addition-
al wall at splitter box at the existing Sewage
Treatment Plant shall include all labor, equipment,
materials and incidentals required to fabricate and
install each of the items complete per specifica-
tions, along with all specified appurtenances as
shown on the construction plans, at the site for a
complete and operating installation.
13 -3/3 3/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 14 - METAL TREATMENT PLANT BUILDING
14 -01 GENERAL
These Specifications describe a 36' x 36', 2 story
metal building at the Wastewater Treatment Plant in
Round Rock, Texas, and a 50' X 90' X 12' eave
height alternate bid metal building. The work in-
cludes site work, foundation and building construc-
tion and plumbing, electrical and mechanical in-
stallations. The Contractor shall furnish all
labor, materials, equipment, tools and all inciden-
tals for accomplishing the work as shown on the
Plans and as described in these Specifications.
The building manufacturer shall coordinate with the
Contractor and Electrician for the addition of
framing, where necessary, to mount and support con -
trol panels.
14 -02 REINFORCED CONCRETE FOUNDATION
The building manufacturer shall supply a foundation
design to support the building. The foundation
design included in the Plans is a minimal design
without consideration of the building. The build-
ing foundation design shall modify the design pre-
sented in the Plans, as required.
Concrete shall be composed of Portland Cement,
sand, and gravel thoroughly mixed to such propor-
tions as will result in a dense concrete having a
compressive strength of not less than 2500 psi at 7
days and 3750 psi at 28 days and steel bars as
shown on the Plans. Reinforced concrete shall con-
form to Section 03.
14 -03 STEEL
Steel bars form reinforcing shall conform to the
current Specifications for "Billet -Steel Bars for
Concrete Reinforcement" ASTM Designation A -15,
Structural and Intermediate Grades, and when placed
in the work shall be free from dirt, rust, mill
scale, grease, oil, or other foreign matter that
will reduce the bond. All steel shall be domes-
tic.
14 -04 SITE WORK
The Contractor shall grade the site so that the
floor slab shall be level and shall have a minimum
14 -1/9 5/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
of 6" elevation above finish grade at all points or
as shown on the plans. Fill material shall be
imported as required, and such fill material shall
have a plasticity index of not more than 16. Fill
material and floor subgrade shall be compacted to
95% of maximum density at optimum moisture in
accordance with AASHO T -99.
Site work shall be as described in Section 02 -
Earthwork.
14 -05 FLOOR SLAB
14 -05.1 General
It shall be Contractor's responsibility to ensure
that the floor slab is laid to the proper grade.
The Owner will set a bench mark, if not already set
at the site, for the slab and a location stake for
one corner of the slab. It shall be the Contrac-
tor's responsibility to locate the other corners so
that building dimensions and angles are correct. A
grade beam shall be around all sides, and tie beams
shall be under interior walls. The floor slab
shall be 5 inches thick and shall be reinforced by
No. 3 bars spaced 18 inches apart each direction.
Reinforcing steel shall be held in position by sup-
porting chairs or by other means as approved by the
Engineer.
14 -05.2 Concrete
Concrete work shall be as described in Section 03 -
Concrete.
14 -05.3 Sealer
One. (1) coat of Spartan -Cote, Cure -Seal- Hardener by
The Burke Company, shall be applied per manufactur-
er's specifications.
14 -06 BUILDING
14 -06.1 General
The building shall be 36 feet wide and 36 feet long
(36' x 36') with a clear span throughout and shall
have an eave height as shown on the plans and shall
have a roof slope of 4:12. Framing shall be of
steel in accordance with AISC and AISI design and
gauge specifications anchored to slab with 5/8"
14 -2/9 5/83
1
1
1
1
1
1
1
r
1
1 1
1
1
1
1
1
1
1
bolts. Covering shall be 26 gauge multi -rib gal-
vanized steel panels, long continuous length, with
1/4" hexagonal head, cadmium- plated, self- tapping
screws with steel back neoprene washers. Gables
shall be flashed with galvanized box -type facia
trim. Weather-seal box gutters shall be provided
where shown on the plans.
Galvanized steel for gutters, downspouts, trim,
flashing, and other miscellaneous uses shall be 26
gauge or heavier and shall conform to ASTM A -446,
1.25 ounce coating and shall be white. Eaves gut-
ters, 4 -1/2" x 6 ", shall be formed to match the
sculptured profile of the gable facia and equipped
with heavy gauge, galvanized adjustable supports of
24 -inch centers. Square downspouts shall be equip-
ped with wall attachments, 45 elbows at the floor
line and precast concrete splash blocks. Gutters
shall be installed over each door.
Metal wall and roof panels shall be coated on both
sides with heavy -duty rolled on color in a shade
to closely match the existing building. Color
coatings on the exterior side of the panels shall
have a 5 -year performance rating. The interior
side of the panels shall have a white wash coat.
The roof shall have 36" x 11'0" standard ribbed
white plastic skylights as shown on the building
Plans.
The building shall include two (2) 10 -foot long
gravity flow type ridge ventilators with 12"
throat, bird - screens, and adjustable dampers, chain
operated from floor.
Two (2) overhead doors, one 12 feet wide x 12 feet
high (12' x 12') and one 10 feet wide by 10 feet
high (10' x 10') shall be provided, located as
shown on the Plans.
14 -06.2 Design Criteria
(a) Structural mill shapes and welded plate sec-
tions shall be designed in accordance with the
latest edition of AISC, "Specification for the
Design, Fabrication and Erection of Structural
14 -3/9 5/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Steel for Buildings ". Cold formed steel mem-
bers shall be designed in accordance with the
latest edition of AISC, "Light Gauge Cold -
Formed Steel Design Manual ".
(b) Roof line load shall be applied to the hori-
zontal roof projection and shall be 20 psf. A
design wind loading of 25 psf shall be applied
to the primary framing and bracing in accor-
dance with the MBMA "Recommended Design Prac-
tices Manual ". A design wind pressure 25 psf
shall be applied to the wall panels and girts.
The structure shall be designed to withstand
an uplift pressure of 31.25 psf.
(c) The building manufacturer shall furnish a let-
ter of design certification with the seal of a
registered professional engineer. This certi-
fication shall be submitted prior to commence-
ment of construction.
14 -06.3 Structural Framing
(a) Primary and secondary structural framing shall
be shop fabricated and field bolted. If re-
quired for minor modification of secondary
framing or for field located accessories,
field cutting, drilling and welding, shall be
noted on drawings of building manufacturer.
(b) Steel structural members fabricated from plate
or bar stock shall have the flanges and webs
joined on one side of the web by a full pene-
tration continuous automatic submerged arc
welding process and shall have a minimum yield
strength of 42,000 psi (ASTM A -529). Subject
to approved design stress analysis on frame
prior to fabrication.
(c) Hot rolled sheet, plate and strip used in
welded plate sections shall conform to the
requirements of ASTM A -36, A -529, A -572 Grade
42, or A -570 Grade E, as required by design.
Hot rolled sheet and strip used in cold formed
members shall conform to the requirements of
ASTM A -245 Grade E, or A -570 Grade D, with a
minimum yield strength of 50,000 psi.
(d) Cold formed sections shall be manufactured by
precision roll or brake forming.
14 -4/9 5/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
i
1
1
1
(e) Shop connections shall be welded in accordance
with the AWS Standard "Structure welding Code"
latest edition. Welders and the welding pro-
cess shall have been previously certified by
an independent testing laboratory. Flange to
web welds shall be by hand are process. Butt
welds in flange and web plates shall be full
penetration.
(f) Field connections shall be bolted. High
strength bolts shall be installed by the turn
of the nut method. Bolts shall be:
Primary connections - High Strength Bolts;
ASTM A -325
Secondary connections - Machine Bolts;
ASTM A -307
(g) Primary framing shall be either welded built -
up sections or structural mill shapes, either
constant or tapered section.
(h) Purlines, girts and eave struts shall be eith-
er cold formed or structural mill sections.
(i) Base angles for attaching the bottom of the
wall panels will be continuous and anchored to
the concrete foundation.
(j) Flange bracing shall be cold formed and shall
laterally brace the inside unsupported flange
of primary framing as required by the design.
(k) Framed openings shall be structurally framed
as required by the design loads.
(1) Shop painting. All fabricated structural
steel, after inspection for accuracy of fabri-
cation, shall be cleaned to remove loose mill
scale, rust, flux, dirt, and other foreign
matter, and receive one coat of shop primer.
14 -07 METAL BUILDING ACCESSORIES
14 -07.1 Personnel Doors
Door frames shall be furnished with weathertight
head and jamb trim. Door leaves and frames shall
be bonderized and painted one coat rust inhibitive
quality primer, neutral tan color, oven dried, and
14 -5/9 5/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
conforms to ASTM specifications #D -714 and #B -117
for humidity cabinet and salt spray tests.
Door leaves: Door leaves shall be standard duty,
seamless hollow steel construction conforming to
commercial standard CS242 -62, U. S. Department of
Commerce, and the Steel Door Institute Specifica-
tions for Type I Classification. Door leaf shall
be 3' -0" x 7' -0" x 1 -3/4" with No. 20 gauge, roller
leveled, prime quality, cold rolled, seamless,
steel face sheets. Door leaf core shall be one
piece honeycomb securely bonded to both face
sheets. Door leaf edges shall be mechanically in-
terlocked. Door leaves shall be mortised for
4 -1/2" template hinges and prepared for government
series 160 type locksets.
Door frames: Door frames shall be 16 gauge steel,
with 2" face, 5 -3/4" deep. Door frame corners
shall be mitered on knock -down frames. Hinge jambs
are mortised for 4 -1/2" x 4 -1/2" template hinges.
Lock jambs are prepared for government series 160
lock strike. Two rubber door silencers shall be
furnished for strike jambs or frame heads.
Hardware: Hinges shall be 4 -1/2" x 4 -1/2" by 10
gauge, full mortise, plain bearing, steel prime
painted, three per door leaf. Lockset shall be
standard duty, bronze plated, keyed alike, govern-
ment series 160 A or equal.
14 -07.2 Overhead Door Openings
Overhead door openings shall include a cold- formed
structural framed opening and weathertight head and
jamb trim. All necessary framing and hardware for
installation and operation of the doors will be
provided by the door manufacturer.
14 -07.3 Aluminum Windows
Windows shall conform with all requirements of the
A.A.M.A. 302.9 -1972 (Architectural Aluminum Manu-
facturers Association), master specifications DH -A2
HP and HS- B1 -Hp, and ANSI A134 -1 -1972. Type and
sizes as shown on the drawings shall be furnished
with all necessary hardware.
Materials: All structural members of windows shall
be of extruded aluminum 6063 -T5 alloy, .062" thick
14 -6/9 5/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
within commercial tolerances and A.A.M.A. specifi-
cations. Structural aluminum shall have ultimate
tensile strength of 22 ksi, and a yield strength of
16 ksi. Glass shall comply as to ratings of design
pressure in high wind zone areas. Exposed surfaces
of all aluminum members are to have a Class I ex-
truded mill finish.
All windows shall be horizontal slide windows.
Horizontal slide windows' sash shall not be remov-
able and shall slide on extruded rigid vinyl
glides. Sash checkrail shall be tubular hollow
extrusions for additional strength. Glazing shall
consist of S.S.B. glass.
Removable half screens shall be provided with
fiberglass mesh.
14 -07.4 Skylights and Wallights
Translucent skylight and wallight panels shall be
moulded to the configuration of the covering and
shall be of polyester base fiberglass reinforced.
The skylights and wallights shall be white with an
approximate light transmission of 60% and heat
transmission of 30%. Skylight(s) shall be provided
in locations as shown on the Plans.
Standard duty skylights and wallights shal be 0.060
inch nominal thickness conforming to Commercial
Standard CS 214 -57, Type II, Fire Retardant, U. S.
Department of Commerce.
14 -08 BELT PRESS ROOM INTERIORS
14 -08.1 General
The belt press rooms shall be finished with inter-
ior metal liner panels 10 foot high. The ceilings
and walls shall be insulated per Section 15 -09.
14 -08.2 Painting
Apply two (2) coats of Koppers Glamorglaze 200
Epoxy, total thickness 3.0 mils. Primer per manu-
facturer's recommendations, Kopper 654 Epoxy Pri-
mer. Color - Northern Sky 385.
14 -7/9 5/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
14 -09 INSULATION
14 -09.1 General
This Section includes partition insulation neces-
sary to insulate walls and ceiling in the metal
building.
14 -09.2 Metal Building
The roof and outside walls shall have a 1" thick
fiberglass blanket -type insulation with a 0.004"
vinyl vapor barrier facing on one side. Insulation
shall be supported between steel members by a 2"
galvanized wire mesh.
Where interior metal liner panels are installed,
there shall be installed 3 -1/2" thick R -15 insula-
tion.
14 -10 LIGHTING
Interior lighting shall be included to provide a
general illumination of at least 100 foot candles.
14 -11 ELECTRICAL WORK
All electrical installations shall comply with the
National Electrical Code. Electrical work shall
include all items of labor and material required
for a complete installation. Circuit breaker
panels shall be provided as required.
14 -12 PLUMBING
Plumbing shall be done in accordance with Section
04 - Pipe and Piping. Plumbing fixtures and acces-
sories shall be as specified in drawings.
14 -13 EXPOSED METAL PAINTING
All exposed metal, such as supports, doorway open-
ings (passage and overhead) and other primered
steel members visible from front, shall receive two
(2) coats of enamel; color to match building trim
color.
14 -8/9 5/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
14 -14 CLEAN -UP
At the completion of construction a house cleaning
or building maintenance service shall wash, wax or
otherwise clean according to the type of surface
involved, all types of floors, glass, interior
tiled or glazed walls, trim, plumbing fixtures and
other soiled surfaces directed by the Engineer.
This service is not to be construed as releasing
the Contractor or anyone under his direction, from
the protection, care and cleaning -up as required in
the General Provisions.
14 -15 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
item. Include cost of same in Contract prices bid
for item of which this work is a component part.
14 -9/9 5/83
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
SECTION 15 - CONVEYOR
15 -01 GENERAL
The conveyor equipment as supplied by Serpentix
Conveyor Corporation or equal, shall consist of
belt pans, tracks and supports, take -up and drive
stations. The conveyor shall be 27 feet long (cen-
terline to centerline) with 20 inch wide belt pans
and shall travel at 15 FPM. Loading onto the con-
veyor shall be distributed evenly and shall not
exceed a rate of 1.5 TPH. The conveyor shall have
a watertight modular conveying surface with a 20
degrees troughed cross section. Each modular sec-
tion shall have a transverse fold that permits the
assembled belt to make continuous vertical, hori-
zontal and helical turns and that will flatten out
as it goes over the terminal, to allow for contin-
uous belt cleaning with a pretensioned scraper bar.
The modular belt pan section shall be reinforced
with galvannealed steel stiffeners molded into each
modular belt section to achieve troughing. The
conveyor will be so designed that all moving parts
of the system, excepting the drive station and ten-
sion /take -up stations, will pass a single designat-
ed point along the conveying path which may be used
for maintenance and /or service of the unit(s).
15 -02 CONVEYOR BELTS
The conveying surface will consist of modular belt
sections 20 inches wide, moulded of neoprene rub-
ber, fastened every 8 inches and supported by a
steel attachment welded to a chain which guides the
conveying surface. Each modular section will have
a transverse fold at least 1 -1/2 inches high, per-
manently molded into the rubber. The 4 inch pitch
chain shall be guided by ultra- high - molecular-
weight polyethylene track which is permanently
attached to an I -beam.
15 -03 TRACKS AND SUPPORTS
Track sections of required length shall be pre -
assembled, ready for bolting where indicated. The
conveyor track and supports shall be steel and all
structural steel members shall conform to ASTM
A -36. All shop welding shall conform to the latest
standards of the American Welding Society. All
nuts, bolts, and washers shall be zinc plated
15 -1/3 6/83
1
1
1
1
1
1
1
1
1
t
1
1
1
1
1
1
1
1
1
steel. The take -up station shall consist of a tail
sprocket, take -up unit, and track all mounted in a
structural frame and ready for installation. Fac-
tory finish shall be 2 mil thick Carboline Rustbond
8 HB.
15 -04 DRIVE UNIT
The drive station shall consist of a 1 -1/2 HP,
230/460 volt, 3 phase, 60 hertz, TEFC motor, gear
reducer, V -belt, sheaves and sprocket which in com-
bination give the proper belt speed for the load
indicated. A single chain drive between reducer
and sprocket shaft is to be provided for safety in
case of sudden excessive overload conditions. The
chain drive sprockets shall be interchangeable in
order to provide a fixed speed range of 20 -50 FPM
by means of other size sprockets.
15 -05 BELT SCRAPER
A pretensioned steel scraping mechanism to remove
material constantly from the conveying surface
shall be provided at the discharge end.
15 -06 SPARE PARTS
One (1) set of spare parts shall be provided for
the conveyors recommended by the conveyor manufac-
turer.
15 -07 FABRICATION AND INSTALLATION
All equipment furnished under this section shall be
fabricated, assembled, erected, and placed in pro-
per operating condition in full conformity with
detailed drawings, specifications, engineering
data, instructions, and recommendations furnished
by the equipment manufacturer. Final assembly of
the entire conveyor unit may require the cutting
and redrilling of some of the track sections in
order to conform with any site or drawing devia-
tions. This work shall be performed by the con-
tractor on site.
15 -08 FIELD SERVICE
The manufacturer's field engineer or representative
shall be on hand to inspect and check the installa-
tion at the time of the initial start -up and opera-
tional testing of the equipment.
15 -2/3 5/83
15 -09 MEASUREMENT AND PAYMENT
No separate payment for work performed under this
item. Include cost of same in Contract prices bid
for item of which this work is a component part.
15 -3/3 5/83